USAID-Bangladesh Agricultural Value Chains (AVC)

Similar documents
East Africa Trade and Investment Hub. Request for Proposals (RFP) RFP-NAI-0016 COPY EDITOR SERVICES. Issue Date: 12 June 2015

EAST AFRICA TRADE AND INVESTMENT HUB (THE HUB) RFP

1. Request for Proposal Services

Strengthening Democratic Governance and Accountability Project (SDGAP) Request For Proposals (RFP) Issue Date: May 22, 2018

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua

USAID Indonesia Urban Water Sanitation and Hygiene. Penyehatan Lingkungan Untuk Semua. Development of Grand Strategy for AMPL DKI Jakarta

Request for Proposal RFP # Web/UX project lead (design, strategy, client management) 15 Nov Equal Measures 2030-FY18

Consultant for Development of Roadmaps of Domestic Wastewater Management Institution in Central Java

Promote: Women in the Economy (WIE)

USAID Indonesia Urban Water Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua

EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI-0059

East Africa Trade and Investment Hub

U.S. - PAKISTAN PARTNERSHIP FOR AGRICULTURAL MARKET DEVELOPMENT

Request for Proposals (RFP)

REQUEST FOR PROPOSAL

DAI/Promote: Women in the Economy. RFA number:

Request for Quotation (RFQ) Solicitation Overview

DAI reserves the right to fund any or none of the applications submitted.

REQUEST FOR PROPOSAL COVER SHEET

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

DAI reserves the right to fund any or none of the applications submitted.

Below are five basic procurement methods common to most CDBG projects:

Request for Proposals (RFP)

All proposals must be received by August 30, 2016 at 2:00 PM EST

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR PROPOSALS #03457

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

Request for Proposals (RFP)

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

Request for Proposals. For RFP # 2011-OOC-KDA-00

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

PLANNING AND DEVELOPMENT SERVICES DEPARTMENT HOUSING AND COMMUNITY DEVELOPMENT DIVISION

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

State Universities Retirement System

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSAL FOR Network Penetration and Vulnerability Testing

General Procurement Requirements

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

2016 Park Assessment

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

EARLY INTERVENTION SERVICE COORDINATION GRANT AGREEMENT. July 1, 2017 June 30, 2018

REQUEST FOR PROPOSAL (RFP) FOR THE DESIGN, DEVELOPMENT, AND IMPLEMENTATION OF CITY ECONOMIC DEVELOPMENT WEBSITE

City of Malibu Request for Proposal

Request for Proposal (RFP) USAID JORDAN LOCAL ENTERPRISE SUPPORT PROJECT (LENS) RFP# Startup Guide Website

Social Media Management System

Request for Proposals (RFP) English Access Microscholarship Teacher Exchange

GOODWILL YOUTHBUILD GED/High School Education Instruction

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

REQUEST FOR PROPOSALS #0148A

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Arizona Department of Education

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Request for Proposals

FISCAL YEAR FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-1044) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Request for Proposals for MIS Programming & Web Development Services

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

Request for Proposals RFP VIRTUAL SERVICES

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

BREMEN CITY SCHOOL NUTRITION PROGRAM PROCUREMENT PLAN

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Request for Qualifications. Architectural Firms

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSALS RFP NO.:

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS. Implemented by:

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

ISSUING AGENCY INFORMATION. Guam Economic Development Authority. John A. Rios Administrator

SECTION 3 POLICY & PROGRAM

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

REQUEST FOR PROPOSALS & QUALIFICATIONS TO PROVIDE Foreign Investment Compliance Analysis

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

STATE ENERGY PROGRAM AGRIENERGY AUDITS/ASSESSMENTS IMPLEMENTATION PROJECTS REQUEST FOR PROPOSALS. Response Due: August 25, 2014

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

City of Gainesville State of Georgia

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Transcription:

USAID-Bangladesh Agricultural Value Chains (AVC) Request For Proposals (RFP) No. AVC-Dhaka-022 Study on prospects and pathways for branding of agricultural commodities Issue Date: (April 15, 2015) WARNING: Prospective Offerors who have received this document from a source other than the USAID-Bangladesh Agricultural Value Chains (AVC) project located in Dakha, should immediately email AVCprocurement@dai.com and provide their name and mailing address in order that amendments to the RFP or other communications can be sent directly to them. Any prospective Offeror who fails to register their interest assumes complete responsibility in the event that they do not receive communications prior to the closing date. Any amendments to this solicitation will be issued and posted http://www.avcbd.com/pages/frontavcprocurement. Offerors are encouraged to check this website periodically. Page 1 of 17

Table of Contents 1. Synopsis of the RFP...3 2. Introduction and Purpose...4 2.1 Introduction and Eligibility to Subcontract... 4 2.2 Purpose of subcontract... 4 2.3 Issuing Office... 4 2.4 Type of Award Anticipated... 4 3. General Instructions to Offerors...5 3.1 Services Specified... 5 3.2 General Instructions... 5 3.3 Questions regarding the RFP... 5 4. Instructions for the Preparation of Technical Proposals...6 5. Instructions for the Preparation of Cost/Price Proposals...7 5.1 Budget... 7 6. Evaluation Criteria...7 6.1 Technical Evaluation Criteria... 7 6.2 Cost/Price Evaluation Criteria... 8 7. Basis of Award and Selection Process...8 7.1 Selection by Means of Best Value Determination... 8 7.2 Selection Process... 9 7.3 Procurement Ethics... 9 8. General Responsibility... 10 8.1 Data Universal Numbering System (DUNS)... 10 8.2 Source and Nationality... 10 8.3 Compliance with Terms and Conditions... 11 8.4 Inspection & Acceptance... 11 8.5 Procurement Ethics... 11 9. Attachments... 12 9.1 Attachment A: Scope of Work for Services... 12 9.2 Attachment B: Proposal Cover Letter... 15 9.3 Attachment E: Representations and Certifications of Compliance... 16 9.4 Attachment F: Proposal Checklist... 17 Page 2 of 17

1. Synopsis of the RFP RFP No. RFP No. AVC-Dhaka-022 Issue Date Thrusday, April 16, 2015 Title Issuing Office & Email/Physical Address for Submission of Proposals Study on prospects and pathways for branding of agricultural commodities Attn: Procurement Department, Agricultural Value Chains (AVC) Project, House 5, Road 78, Gulshan North, Dhaka-1212, Bangladesh. Email: AVCsolicitation@dai.com Deadline for Receipt of Questions Bidders Conference Deadline for Receipt of Proposals Contact Person Close of business (10 AM, Dhaka time) on Wednesday, April 22, 2015. Offerors are invited to visit Agricultural Value Chains (AVC) Project, House 5, Road 78, Gulshan North, Dhaka-1212, Bangladesh on Sunday April 26, 2015, 10am for any clarifications. Please RSVP by April 22 if you plan to attend. The bidders conference is limited to one person per organization. Close of business (5 PM, Dhaka time) on Saturday, May 9, 2015 AVCprocurement@dai.com Anticipated Award Type Basis for Award Fixed Priced Subcontract DAI anticipates awarding a Subcontract. An award will be made based on the Best Value Trade Off Method. The award will be issued to the responsible and reasonable Offeror who provides the best value to DAI and its client using a combination of technical and price factors. Interested Offerors may obtain a full copy of the RFP which contains detailed instructions for preparation of the proposal. The RFP may be collected from the address and/or contact person above. Page 3 of 17

2. Introduction and Purpose 2.1 Introduction and Eligibility to Subcontract Development Alternatives, Inc. (DAI) is an international development firm based in Washington, DC. DAI was recently awarded a contract from the US Agency for International Development (USAID) for the Bangladesh Agricultural Value Chains project (AVC). DAI invites qualified Offerors to submit proposals to conduct Study on prospects and pathways for branding of agricultural commodities produced in the Southern delta under AVC s portfolio. The following qualifications and experience are requirements for eligibility for a subcontract. The Offeror must: Have proven experience of producing large scale research studies Demonstrated knowledge on issues pertaining to agricultural marketing, branding and supply chain management in Bangladesh The consulting firm will provide, at a minimum, the key personnel (Principle investigator): o Principle investigator should have higher degree in Business Administration or other relevant field to the scope of work o The Principle Investigator should have proficient English knowledge skills and technical report writing skills, or access to professional English editing capacity Demonstrated ability to lead and manage a team of professionals to a final product Be registered in Bangladesh 2.2 Purpose of subcontract DAI seeks to contract a reputed Bangladeshi firm ( Subcontractor ) to develop an instruction manual of best practices in brand development for agro commodities by market segments targeting project partners interested in branding their produces. The subcontractor will conduct a comprehensive study on ways and opportunities of branding agricultural commodities produced in the Southern regions of Bangladesh. The study will first assess the need for branding agro-commodities. It will analyze the financial and economic feasibility of branding the products. Finally, the study will develop a set of recommendations that an independent entrepreneur will follow to brand his/her/business association s products. This activity will be for approximately 03 months starting from early June 2015 to early September 2015. 2.3 Issuing Office The email address listed in the above Synopsis is the sole point of contact at DAI for purposes of this RFP. Any prospective Offeror who fails to register their interest at this email address assumes complete responsibility in the event that they do not receive direct communications (amendments, answers to questions, etc.) prior to the closing date. 2.4 Type of Award Anticipated DAI anticipates awarding a Fixed Priced Subcontract to offerors whose proposals meets the requirements of this RFP. A Fixed Priced Subcontract is an award where the Subcontractor is paid fixed amounts per deliverable completed. This is the anticipated type of award, though it may be changed as a result of negotiations. Page 4 of 17

3. General Instructions to Offerors 3.1 Services Specified The Scope of Work describes services required for this subcontract. It is included as Attachment A of this RFP. 3.2 General Instructions All documents from the Offeror related to this RFP shall be in English and include three (3) hard copies and one (1) soft copy (on CD-ROM) of both the Technical Proposal and Cost Proposal. All hard copies must be signed and stamped by the Offeror. Technical proposals shall be sealed in a separate envelope from cost proposals, and shall be clearly labeled as VOLUME I: TECHNICAL PROPOSAL, RFP No. AVC- Dhaka-022, STUDY ON PROSPECTS AND PATHWAYS FOR BRANDING OF AGRICULTURAL COMMODITIES and VOLUME 2: COST PROPOSAL, RFP No. AVC-Dhaka-022, STUDY ON PROSPECTS AND PATHWAYS FOR BRANDING OF AGRICULTURAL COMMODITIES. Proposals must be submitted to the Issuing Office no later than 5:00 PM (Dhaka time) on Saturday, May 9, 2015. Late offers will be rejected except under extraordinary circumstances at DAI s discretion. The terms Offeror, Subcontractor, and/or Bidder refer to a firm proposing the work under this RFP. Offer and/or Proposal refer to the package of documents that the firm submits to propose the work. Offerors shall: 1. Review the RFP and any amendments in their entirety. 2. Ask any questions to clarify the requirements, if necessary. 3. Furnish all of the information required by the RFP, using and submitting forms as provided in the Attachments as required. The completion of all RFP requirements in accordance with the instructions in this RFP and submission to DAI of the proposal will constitute an offer and indicate the Offeror s agreement to the terms and conditions in this RFP and any attachments hereto. Offerors are required to fully review all instructions and specifications contained in this RFP. Failure to so will be at the Offeror s risk. If the solicitation is amended, then all terms and conditions not modified in the amendment shall remain unchanged. DAI reserves the right not to evaluate a non-responsive or incomplete proposal. DAI reserves the right to award a subcontract without discussion and/or negotiation; however, DAI also reserves the right to conduct discussions and/or negotiations, which among other things may require an Offeror(s) to revise its proposal. Issuance of this RFP in no way obligates DAI to award a subcontract or purchase order. Offerors will not be reimbursed for any costs associated with the preparation or submission of their proposal. DAI shall in no case be responsible or liable for these costs. 3.3 Questions regarding the RFP Each Offeror is responsible for carefully reading and fully understanding the terms and conditions of this RFP. Requests for clarification or additional information must be submitted via email or in writing delivered to the Issuing Office no later than close of business (10 AM, Dhaka time) on Wednesday, April 22, 2015, as specified in the Synopsis above. Only written communications relative to the procurement shall be considered. Questions and requests for clarifications and the responses thereto that DAI believes may be of interest to other Offerors will be circulated in writing to all RFP recipients who have indicated interest in responding to this RFP. Both questions and answers will be distributed, without identification of the inquirer(s), to all prospective Offerors who are on record as having received this RFP. Any verbal Page 5 of 17

information received from a DAI or USAID employee or other entity shall not be considered as an official response to any question regarding this RFP. 4. Instructions for the Preparation of Technical Proposals Proposals shall be written in English, single-spaced, and use 12-point Times New Roman font. The technical proposal shall not exceed 40 pages and shall include the sections listed below: 1. Cover Letter Not to exceed 1 page. A cover letter shall be included with the proposal on the Offeror s company letterhead with a duly authorized signature and company stamp/seal using Attachment B as a template for the format. The cover letter shall include the following items: a. The Offeror will certify a validity period of 90 calendar days for the prices provided. b. Acknowledge the solicitation amendments received. 2. Table of Contents Not to exceed 1 page. 3. Organizational Overview - Not to exceed 2 pages. The organizational overview will not be scored, but will demonstrate the Offeror s eligibility for this subcontract. It will include: a. The date the Offeror was registered in Bangladesh and its activities since. b. The Offeror s past and current clients and funders, especially experience as a subcontractor or sub-grantee for a USAID-funded project (if any). c. The Offeror s geographic reach including offices and prior work in the Southern Delta (if any). d. The services the Offeror provides, especially in research/study. It is strongly desired that Offerors will have experience such research/study. 4. Technical Approach - Not to exceed 10 pages. The Offeror s Technical Approach will specifically respond to the Statement of Work in Attachment A. The Technical Plan must be organized by the headers underlined below: a. Brief Understanding of Assignment The Offeror will explain its understanding of the purpose and tasks for study on prospects and pathways for branding of agricultural commodities produced in the Southern delta under AVC s portfolio. b. Study Plan The Offeror will explain the steps it will take to accomplish the study plan. DAI will work closely with the Subcontractor for this step, but the Subcontractor will take the lead on the logistical preparations. c. Resources for the Assignment It is the Offeror s responsibility to ensure it has adequate resources to satisfactorily complete the assignment and finalize deliverables. The Offeror must explain its staffing plan for this assignment, and indicate the percentage of time for each of the staff will be dedicated to this assignment. d. Communication with DAI Page 6 of 17

The Offeror should clarify its plan to ensure that it will work collaboratively with DAI throughout the assignment. 5. Personnel - Not to exceed 20 pages. The Offeror will provide CVs (limited to three pages each). The CV will be for the Principle investigator and other staffs proposed by the bidder. Each CV must showcase how the candidate meets or exceeds the qualifications listed in Attachment A Scope of Work. The CVs must include up to three references, with name, title, organization, phone number, email address, and how the reference knows the proposed candidate. 6. Past Experience Not to exceed 2 pages. Using the format provided in Attachment C, list up to 3 of the most recent and relevant contracts for efforts similar to the work in the subject proposal. The most relevant indicators of performance are contracts for similar donors (USAID), of similar scope (study/research), and recently performed (within last five years). For each of the projects above, provide the legal name and address of the organization for which services were performed, the duration of the work and the value of the contract, description of any problems encountered and how it was resolved, and a current contact phone number of a responsible and knowledgeable representative of the organization. DAI recommends that you alert the contacts that their names have been submitted and that they are authorized to provide performance information concerning the listed contracts if and when DAI requests it. DAI may use performance information obtained from other than the sources identified. For description of work performed, provide examples of: Demonstrated experience in the Southern Delta for programs funded by USAID or other donors. Demonstrated experience and successful completion of study/research. 5. Instructions for the Preparation of Cost/Price Proposals 5.1 Budget Cost/Price proposals shall be submitted in a separate envelope from technical proposals and shall be clearly labeled as indicated above in Section 3.2 General Instructions. Use Budget Template in Attachment D. It is important to note that Value Added Tax (VAT) shall not be included in the budget. These services are eligible for VAT exemption under the DAI prime contract and VAT coupons will be provided to the Subcontractor. AIT shall be deducted as per Government of Bangladesh Tax policy. 6. Evaluation Criteria 6.1 Technical Evaluation Criteria The purpose of the proposal evaluation process is to provide a mechanism to determine which offers submitted in response to a solicitation best meet DAI s needs. The proposal evaluation results in an assessment of the Offeror's ability to successfully complete the scope of work. Each proposal will be Page 7 of 17

evaluated and scored against the evaluation criteria and evaluation sub-criteria which are stated in the table below. A total of 100 points are assigned according to the following technical evaluation criteria: 45 points Technical Approach. 30 points Personnel. 25 points Past Experience. Technical Approach (45 points) Points for Technical Approach will be allocated across the following criteria: 15 points Demonstrating and understanding the technical requirements of the Statement of Work 20 points - A feasible, clear implementation approach for each step that leads to high quality and timely completion of study. 10 points - Adequate resources to complete each step and deliverable on time. Personnel (30 points) Points for Personnel will be based on how well candidates meet or exceed the minimum qualifications outlined in Attachment A Scope of Work. The allocation of points will be: 30 points Principle investigator. Past Experience (25 points) Points for Past Experience (Use Past Performance Form in Attachment C) will be allocated equally across the criteria below, based on the Offeror s: 10 points - Demonstrated experience in the Southern Delta for programs funded by USAID or other donors. 15 points - Demonstrated experience and success in study/research as identified in Attachment A- Scope of Work. 6.2 Cost/Price Evaluation Criteria Evaluation points will not be awarded for cost. Cost will primarily be evaluated for realism and reasonableness. If technical scores are determined to be nearly equal, cost will become the determining factor. DAI will award a subcontract to the Offeror whose proposal represents the best value. DAI may award to a higher priced Offeror if a determination is made that the higher technical evaluation of that Offeror merits the additional cost/price. Use Budget Template in Attachment D. 7. Basis of Award and Selection Process 7.1 Selection by Means of Best Value Determination AVC will issue award to a responsible offeror/offerors whose proposal/proposals meet or exceed the technical/cost criteria outlined above. AVC shall select for award by making a best value determination. A best value determination means that, in DAI/AVC s estimation, the selected quote will provide the greatest overall benefit to the AVC Project in response to the requirements stated in this RFP. DAI will use the trade-off process to make a best value determination, which means that it may be in the interest of DAI to consider award to other than the lowest priced Bidder or other than the highest technically rated Bidder. The evaluation factors and allocated points are listed above. In total, the Page 8 of 17

technical evaluation factors, when combined, are more important than the total offered price. This process permits trade-offs among price and non-cost factors and allows DAI/AVC to accept other than the lowest price bid. The perceived benefits of a higher price bid shall merit the additional cost. However, even though technical factors are more important than price, cost data will be evaluated on cost reasonableness, realism and competitiveness. Evaluations will be based on the following considerations: Are proposed costs reasonable, realistic and competitive for the work to be performed under the award? Do the costs reflect a clear and reasonable understanding of the work requirements? Are the costs consistent and properly allocated among the various elements of the Bidder s bid? DAI may award to an Offeror without discussions with the Offeror. Therefore, the initial offer must contain the Offeror s best price and technical terms. 7.2 Selection Process All proposals shall be received and remain unopened until the due date. All proposals shall be stored in a secure and locked location. On the due date, all proposals shall be opened by the Procurement Officer and shall be witnessed by at least one other project employee. All proposals will be reviewed for initial completeness. An Evaluation Committee comprised of a minimum of three (3) people shall be established, and each committee member will receive a copy of the solicitation requirements and shall sign a Statement of Non-Disclosure/Conflict of Interest form. Technical proposals will be evaluated first by individual committee members before the committee meeting. The Evaluation Committee shall review and score the technical proposals first individually and then by consensus based on the evaluation criteria and their respective weights. Before final evaluation, DAI may contact Offerors to seek clarification and may request revisions if the submission is insufficient. 7.3 Procurement Ethics Neither payment nor preference shall be made by either the Offeror, or by any DAI staff, in an attempt to affect the results of the award. DAI treats all reports of possible fraud/abuse very seriously. Acts of fraud or corruption will not be tolerated and DAI employees and/or subcontractors/grantees/vendors who engage in such activities will face serious consequences. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Offeror or the DAI staff may report violations to the Toll-Free Ethics and Compliance Anonymous Hotline at +1 855-603-6987, via the DAI website, or via email to FPI_hotline@dai.com. DAI ensures anonymity and an unbiased, serious review and treatment of the information provided. Such practice may result in the cancellation of the procurement and disqualification of the Offeror s participation in this, and future, procurements. Violators will be reported to USAID, and as a result, may be reported to the U.S. Department of Justice to be included in a Restricted Parties list, preventing them from participating in future U.S. Government business. Offerors must provide full, accurate, and complete information in response to this solicitation. The penalty for materially false responses is prescribed in Section 1001 of Title 18 of the United States Code. In addition, DAI takes the payment of USAID funds to pay terrorists, groups supporting terrorists, or other parties in exchange for protection very seriously. Should the terrorist, groups or other parties attempt to extort/demand payment from your organization you are asked to immediately report the incident to DAI Fraud Prevention and Investigations Team at the contacts above. Page 9 of 17

By submitting an offer, Offerors certify that they have not/will not attempt to bribe or make any payments to DAI employees in return for preference, nor have have/will make any such payments to terrorists, or groups supporting terrorists. 8. General Responsibility DAI will not enter into any type of agreement with an Offeror prior to ensuring the Offeror s responsibility. Prior to award, DAI will assess the selected Offeror s responsibility by taking the following factors into consideration: 1. Provide evidence of the required legal registration to operate in Bangladesh. 2. Evidence of a DUNS number explained below and instructions to obtain the DUNS number. 3. The source and nationality of the products or services are not from a Prohibited Country (explained below). 4. Have adequate financial resources to finance and perform the work or deliver goods or the ability to obtain financial resources without receiving advance funds from DAI. 5. Ability to comply with required or proposed delivery or performance schedules. 6. Have a satisfactory past performance record. 7. Have a satisfactory record of integrity and business ethics. 8. Have the necessary organization, experience, accounting/operational controls, and technical skills. 9. Be qualified and eligible to perform work under applicable laws and regulations. 8.1 Data Universal Numbering System (DUNS) For award, there is a mandatory requirement for your organization to provide a DUNS number to DAI, unless your organization is exempted per the exception below. The Data Universal Numbering System is a system developed and regulated by Dun & Bradstreet (D&B) that assigns a unique numeric identifier, referred to as a "DUNS number" to a single business entity. Without a DUNS number, DAI cannot deem an Offeror responsible to conduct business with and therefore, DAI will not enter into a subcontract/purchase order or monetary agreement with any organization. The determination of a successful Offeror/applicant resulting from this RFP/RFQ/RFA is contingent upon the winner providing a DUNS number to DAI. Offerors who fail to provide a DUNS number will not receive an award and DAI will select an alternate Offeror. All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $25,000 and above are required to obtain a DUNS number prior to signing of the agreement. Organizations are exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. DAI requires that Offerors sign the self-certification statement if the Offeror claims exemption for this reason. The winning Offeror will be provided directions to obtain a DUNS number. 8.2 Source and Nationality Under the authorized geographic code for its contract DAI may only procure goods and services from the following countries. Geographic Code 937: Goods and services from the United States, the cooperating country, and "Developing Countries" other than "Advanced Developing Countries: excluding prohibited countries. A list of the "Developing Countries" as well as "Advanced Developing Countries" can be found at: http://www.usaid.gov/policy/ads/300/310maa.pdf and http://www.usaid.gov/policy/ads/300/310mab.pdf respectively. Page 10 of 17

DAI must verify the source and nationality of goods and services and ensure (to the fullest extent possible) that DAI does not procure any goods or services from prohibited countries listed by the Office of Foreign Assets Control (OFAC) as sanctioned countries. OFAC sanctioned countries may be searched within the System for Award Management (SAM) at www.sam.gov. The current list of countries under comprehensive sanctions include: Cuba, Iran, North Korea, Sudan, and Syria. Goods may not transit through or be assembled in comprehensive sanctioned nationality countries nor can the vendor be owned or controlled by a prohibited country. DAI is prohibited from facilitating any transaction by a third party if that transaction would be prohibited if performed by DAI. By submitting a proposal in response to this RFP, Offerors confirm that they are not violating the Source and Nationality requirements of the goods or services being offered and that the goods and services comply with the Geographic Code and the exclusions for prohibited countries outlined above. 8.3 Compliance with Terms and Conditions Offerors shall be aware of the general terms and conditions for an award resulting from this RFP. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment H. 8.4 Inspection & Acceptance The DAI Chief of Party for AVC will inspect from time to time the services being performed to determine whether the activities are being performed in a satisfactory manner, and that all equipment or supplies are of acceptable quality and standards. The Subcontractor shall be responsible for any countermeasures or corrective action, within the scope of this RFP, which may be required by the DAI Chief of Party for AVC as a result of such inspection. 8.5 Procurement Ethics Neither payment nor preference shall be made by either the Offeror, or by any DAI staff, in an attempt to affect the results of the award. DAI treats all reports of possible fraud/abuse very seriously. Acts of fraud or corruption will not be tolerated, and DAI employees and/or subcontractors/grantees/vendors who engage in such activities will face serious consequences. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Offeror or the DAI staff may report violations to the Toll-Free Ethics and Compliance Anonymous Hotline at +1 855-603-6987, via the DAI website, or via email to FPI_hotline@dai.com. DAI ensures anonymity and an unbiased, serious review and treatment of the information provided. Such practice may result in the cancellation of the procurement and disqualification of the Offeror s participation in this, and future, procurements. Violators will be reported to USAID, and as a result, may be reported to the U.S. Department of Justice to be included in a Restricted Parties list, preventing them from participating in future U.S. Government business. Offerors must provide full, accurate and complete information in response to this solicitation. The penalty for materially false responses is prescribed in Section 1001 of Title 18 of the United States Code. In addition, DAI takes the payment of USAID funds to pay Terrorists, or groups supporting Terrorists, or other parties in exchange for protection very seriously. Should the Terrorist, groups or other parties attempt to extort/demand payment from your organization you are asked to immediately report the incident to DAI s Ethics and Compliance Anonymous Hotline at the contacts described in this clause. By submitting an offeror, offerors certify that they have not/will not attempt to bribe or make any payments to DAI employees in return for preference, nor have any payments with Terrorists, or groups supporting Terrorists, been attempted. Page 11 of 17

9. Attachments 9.1 Attachment A: Scope of Work for Services I. PROGRAM DESCRIPTION Indiscriminate use of excessive fertilizer, pesticides, hazardous chemicals, growth hormones and ripening agents has posed serious question on overall food safety and possible adverse impact on the human health in Bangladesh. This is common for the overall agricultural sector in country. People are generally fearful when buying fruits and vegetables from markets, and they seek to buy safe products which come from safe sources. This increased awareness of consumers and concerns over food safety has created an opportunity for marketing and branding of certain Southern agro-commodities as safe products, if producers are able to ensure safe production and post-harvest management practices. Against the backdrop, the USAID-funded Bangladesh Agricultural Value Chains (AVC) project seeks plans to conduct a comprehensive study on opportunities and pathways of branding agricultural commodities, which include tomatoes (summer and winter), summer vegetables, dike vegetables and mangoes under Food Value Chains (FVC) and flower under Non-food Value Chain (NFVC) portfolio. II. BACKGROUND The AVC Project will achieve broad-based economic growth thus enhancing long-term food security in the targeted area by applying a market systems approach. This approach will be sustainable i.e., capable of continuing to achieve results after the life of activity. The market systems approach will transform targeted agricultural value chains to increase on and off-farm income at the household level. The project will also increase key investments in value chain innovation and build capacity of local organizations to ensure that value chain upgrading is private-sector driven and sustainable in the long term, reflecting USAID s emphasis on locally-led and implemented development efforts. The project goal statement is Improved food security through strengthened agricultural value chains. III. OVERVIEW DAI seeks to contract a reputed consulting firm to conduct a comprehensive study on ways and opportunities of branding agricultural commodities produced in the Southern regions of Bangladesh. The study will first assess the need for branding agro-commodities. It will analyze the financial and economic feasibility of branding the products. Finally, the study will develop a set of recommendations that an independent entrepreneur will follow to brand his/her/business association s products. This activity will be for approximately 03 months starting from early June 2015 to early September 2015. IV. PURPOSE The purpose of this study is to develop an instruction manual of best practices in brand development for agro commodities by market segments targeting project partners interested in branding their produces. V. SPECIFIC TASKS Activity-1: Conduct available secondary information analysis Explore similar experiences globally to develop recommendations that will be applicable in agricultural commodity branding in Bangladesh. Develop a comprehensive list of issues / questions that need to be analyzed for successful branding. Page 12 of 17

Develop a list of steps including all kinds of legal requirements of Government of Bangladesh which need to be followed for branding. Activity-2: Conduct primary data collection through Focus Group Discussions and in-depth interviews in order to capture implicit brand requirements Develop a data collection plan. Travel to project regions in Jessore, Khulna and Barisal, and will conduct focus group discussions, in-depth interviews with farmers, traders, business association and government or NGO officials as per approved data collection plan. Conduct interviews with relevant consumers, chain shops and retail outlets in Dhaka and other main cities of the country to develop an understanding on the consumers perception of elements and features of successful branding. Activity-3: Develop a detail plan for delineating an inclusive branding strategy Identify the market segmentations for each of the crops and their relevance for branding. Develop an overarching brand vision that encompasses all crops in the AVC portfolio. Develop a list of highlighting features for branding of summer vegetables, tomatoes (both winter and summer), dike vegetables including tomatoes, and mangoes produced in the Southern Bangladesh. Develop a comprehensive strategy for brand development, promotion, communication and brand management. Develop a manual which will act as a guideline for branding to be followed by interested value chain actors/grantees/ partners of the project. Activity-4: Develop a detail plan for delineating a branding strategy exclusively for flower marketing in close cooperation with AVC s key partner in flower sector - Bangladesh Flower Society (BFS) Identify the market segments for each of the flowers (Tube rose, rose, Gerbera, Gladiolas, and Marigold) and their relevance for branding. Develop an overarching brand vision that encompasses all flowers (new and old varieties) in the AVC portfolio. Develop a list of highlighting features for branding of flower in the Southern Bangladesh. Develop a comprehensive strategy for brand development for flower marketing, services, promotion (include via internet), communication and brand management for Bangladesh Flower Society (BFS). Develop a manual which will act as a guideline for branding to be followed by interested flower value chain actors or BFS or any other partner of the project. Page 13 of 17

VI. TIMELINE AND DELIVERABLES The following deliverables are required during the subcontract period. These are subject to review and approval by DAI before they are considered final. Due dates for each deliverable will be specified in the final subcontract. 1. Recruit key personnel(s) 2. Submit brief table of contents and data collection plan for study 3. Develop draft report and presentation 4. Final report preparation and submission 5. Presentation of the findings of study VII. STAFFING REQUIREMENTS The consulting firm should have proven experience of producing large scale research studies Demonstrated ability to lead and manage a team of professionals to a final product. Demonstrated knowledge on issues pertaining to agricultural marketing, branding and supply chain management in Bangladesh The consulting firm will provide, at a minimum, the key personnel (Principle investigator): o o Principle investigator should have higher degree in Business Administration or other relevant field to the scope of work. The Principle Investigator should have proficient English knowledge skills and technical report writing skills, or access to professional English editing capacity. DAI will approve the key personnel. No change in personnel (exclusively recruited for the task) can be made without the approval of DAI. Page 14 of 17

9.2 Attachment B: Proposal Cover Letter [On Firm s Letterhead] <Insert date> TO: Click here to enter text. Development Alternatives, Inc. Click here to enter text. We, the undersigned, provide the attached proposal in accordance with RFP-Click here to enter text.-click here to enter text. dated Click here to enter text.. Our attached proposal is for the total price of <Sum in Words (BDT0.00 Sum in Figures) >. I certify a validity period of Click here to enter text. days for the prices provided in the attached Price Schedule/Bill of Quantities. Our proposal shall be binding upon us subject to the modifications resulting from any discussions. Offeror shall verify here the items specified in this RFP document. We understand that DAI is not bound to accept any proposal it receives. Yours sincerely, Authorized Signature: Name and Title of Signatory: Click here to enter text. Name of Firm: Click here to enter text. Address: Click here to enter text. Telephone: Click here to enter text. Email: Click here to enter text. Company Seal/Stamp: Page 15 of 17

9.3 Attachment E: Representations and Certifications of Compliance 1. Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or determined ineligible for an award of a contract by any Federal agency. 2. Executive Compensation Certification- FAR 52.204-10 requires DAI, as prime contractor of U.S. federal government contracts, to report compensation levels of the five most highly compensated subcontractor executives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS) 3. Executive Order on Terrorism Financing- The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with these Executive Orders and laws. Recipients may not engage with, or provide resources or support to, individuals and organizations associated with terrorism. No support or resources may be provided to individuals or entities that appear on the Specially Designated Nationals and Blocked persons List maintained by the US Treasury (online at www.sam.gov) or the United Nations Security Designation List (online at: http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml). This provision must be included in all subcontracts/sub awards issued under this Contract. 4. Trafficking of Persons The Contractor may not traffic in persons (as defined in the Protocol to Prevent, Suppress, and Punish Trafficking of persons, especially Women and Children, supplementing the UN Convention against Transnational Organized Crime), procure commercial sex, and use forced labor during the period of this award. 5. Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions The Bidder certifies that it currently is and will remain in compliance with FAR 52.203-11, Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions. 6. Organizational Conflict of Interest The Bidder certifies that will comply FAR Part 9.5, Organizational Conflict of Interest. The Bidder certifies that is not aware of any information bearing on the existence of any potential organizational conflict of interest. The Bidder further certifies that if the Bidder becomes aware of information bearing on whether a potential conflict may exist, that Bidder shall immediately provide DAII with a disclosure statement describing this information. 7. Business Size and Classification(s) The Bidder certifies that is has accurately and completely identified its business size and classification(s) herein in accordance with the definitions and requirements set forth in FAR Part 19, Small Business Programs. 8. Prohibition of Segregated Facilities - The Bidder certifies that it is compliant with FAR 52.222-21, Prohibition of Segregated Facilities. 9. Equal Opportunity The Bidder certifies that it does not discriminate against any employee or applicant for employment because of age, sex, religion, handicap, race, creed, color or national origin. 10. Labor Laws The Bidder certifies that it is in compliance with all labor laws.. 11. Federal Acquisition Regulation (FAR) The Bidder certifies that it is familiar with the Federal Acquisition Regulation (FAR) and is in not in violation of any certifications required in the applicable clauses of the FAR, including but not limited to certifications regarding lobbying, kickbacks, equal employment opportunity, affirmation action, and payments to influence Federal transactions. 12. Employee Compliance The Bidder warrants that it will require all employees, entities and individuals providing services in connection with the performance of an DAI Purchase Order to comply with the provisions of the resulting Purchase Order and with all Federal, State, and local laws and regulations in connection with the work associated therein. By submitting a proposal, Offerors agree to fully comply with the terms and conditions above and all applicable U.S. federal government clauses included herein, and will be asked to sign these Representations and Certifications upon award. Page 16 of 17

9.4 Attachment F: Proposal Checklist Offeror: Have you? Submitted your proposal to DAI in a sealed envelope to the address (electronic or mailing) as specified in General Instructions above? Does your proposal include the following? Technical Proposal Cover Letter (use template in Attachment B) List of references from within the past three years who you provided a similar service providing the full name, title, organization, phone number and e-mail address (use template in Attachment C) Budget Breakdown (use template in Attachment D) Separate Technical and Cost proposals individually sealed and labeled as Volume I and Volume II respectfully. CV of Key Personnel Copy of current, valid registration to operate in Bangladesh Page 17 of 17