REQUEST FOR PROPOSAL FIXED PRICE GOODS OR SERVICES (FIELD) RFP NO: 14_047

advertisement
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
REQUEST FOR PROPOSAL
FIXED PRICE GOODS OR SERVICES
(FIELD)
RFP NO: 14_047
PART A: COVER PAGE
ISSUED TO: USAID | DELIVER Website and Advertisement in Rwanda
SUBJECT: Request for Proposal for Transportation and Distribution of Long Lasting
Insecticide Treated Nets (LNs) from the Medical Procurement and Production Division (MPPD)
to Health Facilities in Rwanda
The USAID | DELIVER PROJECT (herein referred to as “the Project”) under John Snow, Inc. (JSI) is
soliciting proposals for the provision of Subject services as described in the attached Statement of Work.
The Project is funded by the U.S. Agency for International Development (USAID) and is subject to all
applicable Federal Acquisition Regulation (FAR) and AID Acquisition Regulations (AIDAR).
Please submit your most competitive proposal in accordance with the attached instructions, with all
required certifications. Any subcontract issued as a result of this RFP will be subject to all instructions,
certifications, terms and conditions, and specifications included in this RFP. This solicitation document
includes the following parts:
PART A: COVER PAGE ............................................................................................................................. 1
PART B: INSTRUCTIONS .......................................................................................................................... 2
PART C: STATEMENT OF WORK............................................................................................................ 6
PART D: ATTACHMENTS………………………………………………………………………………13
This document is a request for proposals only, and in no way obligates the Project or USAID to make any
award. Award(s) made subsequent to this solicitation will be subject to the terms and conditions described
herein.
All proposals, inquiries, and correspondence, including the RFP number, pertaining to this solicitation are
to be directed to the attention of:
Honore Tchou
John Snow, Inc.
USAID | DELIVER PROJECT
1616 North Fort Myer Drive
Arlington, VA 22209, USA
Email: honore_tchou@jsi.com
__________________________________________
M. Vanden Bossche
Contract Administrator
John Snow, Inc.
__________________
Date
1
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
PART B: INSTRUCTIONS
a) DEFINITIONS
Offeror: The individual or firm providing proposals for the supplies or services requested under
this RFP.
Subcontractor: The individual or firm awarded the services requested under the RFP in the form
of a subcontract.
b) PROPOSAL DEADLINE AND REQUIREMENTS
The Offeror shall submit a proposal addressing the terms and conditions of this RFP by 5:00 pm
EST Friday, February 13, 2015 to the email as provided in Part A. Please submit all questions by
5:00 pm EST Friday, February 6, 2015 to the email address on the cover page. All questions and
answers will be listed on the USAID | DELIVER PROJECT website by 5:00 pm EST Tuesday,
February 10, 2015. The Offeror should submit the proposals electronically in two separate and
clearly identified emails (one with Technical Proposal attached, the other with Business Proposal
attached). The Project maintains the right to make an award to a single Offeror or to multiple
Offerors, should such an award be advantageous to the Project, to ensure the best value is
provided for the services requested in the RFP. The Company reserves the right not to award a
contract in response to this RFP.
The Technical and Cost Proposals should be submitted separately in two clearly marked PDFs.
The written proposal should not be of excessive length and must contain the following
information:
i) Technical Volume
A concise technical proposal on how the Offeror will carry out the activities listed in Part
C: Statement of Work with a detailed work plan and schedule of tasks. The offeror should
include proposed routing and schedule for deliveries indicated in the destinations
specified in the statement of work.
ii) Qualifications
A description of the Offeror’s capability, overall capacity, and experience in undertaking
the work outlined in Part C: Statement of Work. Capacity may include numbers of
personnel, vehicles, and experience with similar projects. The Offeror must confirm that
it has the financial resources to complete the terms of reference. The Offeror should
propose security arrangements to be put in place to execute the work outlines in the
statement of work.
iii) Cost Proposal
 A fixed unit price, total cost proposal for completion of the work described in Part C:
2
REQUEST FOR PROPOSAL
RFP No.: 14_047
John Snow, Inc.
Statement of Work.
 A fixed unit price for each category of deliverable. The unit price will need to include
all costs, e.g. any incidental costs such as labor (offloading), future fuel surcharges, etc.
 Quoted prices shall be fixed for the duration of the subcontract and shall be in U.S.
dollars. The cost proposal should follow the format required in Attachment 7.
 The cost proposal shall specify prices without VAT and shall include all the expenses
for material handling and protection of goods from deterioration. No surcharges can
subsequently be applied due to fuel cost escalation.
 All costs related to the execution of this subcontract are the responsibility of the
Subcontractor (fuel, drivers’ per diem, accommodation, etc.).
 There will be no additional payment other than that agreed upon in the subcontract.
 Provide quote per destination. (Indicate if one or more destinations can be combined for
use of a single vehicle/trip etc).
 Where feasible, vendors should also show quotation for combined or groups of
destination based on routing e.g. Destinations for Kigali, can be quoted as a single
block etc.)
iv) Other
 Please provide financial statements for the last three fiscal years.
 Also provide past performance references for the last three years, including the
following: name of firm, name of contact, address of firm, telephone number of firm,
email for firm, and U.S. dollar amount of contract for each reference.
 A set of relevant attachments to the proposal (optional) which further document or
explain the Offeror’s approach and qualification, e.g. institutional brochure, etc.
JSI RESERVES THE RIGHT, IN ITS SOLE DISCRETION, TO MODIFY THE REQUEST,
TO ALTER THE SELECTION PROCESS IN ANY WAY, TO ASK FOR ADDITIONAL
INFORMATION FROM OFFERORS, TO REJECT ANY AND ALL PROPOSALS AND/OR
TO MODIFY OR AMEND THE SCOPE OF THE PROPOSALS SUBMITTED. THE
RELEASE OF THIS RFP IS NOT A COMMITMENT TO AWARD A CONTRACT.
Each Offeror acknowledges and agrees that the preparation of all materials for submittal to JSI
and all presentations made by the Offeror are at the Offeror’s sole cost and expense, and JSI shall
not, under any circumstances, be responsible for any cost or expense incurred by an Offeror. All
documentation and/or materials submitted with a proposal shall become and remain the property
of JSI.
c) OFFER VALIDITY
The Offeror's technical and cost proposals must remain valid for not less than 90 calendar days
after the deadline specified above. Proposals must be signed by an official authorized to bind
the Offeror to its provisions.
3
REQUEST FOR PROPOSAL
RFP No.: 14_047
John Snow, Inc.
d) FINANCIAL RESPONSIBILITY
Offerors which are firms and not individuals, must certify in the proposal submitted to the
Project that they have the financial viability and resources to complete the proposed activities
within the period of performance and under the terms of payment outlined in the Statement of
Work. The USAID | DELIVER PROJECT reserves the right to request and review the latest
financial statements and audit reports of the Offeror as part of the basis of the award.
e) NEGOTIATIONS
The Offeror's most competitive proposal is requested. It is anticipated that any award issued will
be made solely on the basis of an Offeror’s proposal. However, the Project reserves the right to
request responses to additional technical, management, and cost questions which would help in
negotiating and awarding a subcontract. The Project also reserves the right to conduct
negotiations on technical, management, or cost issues prior to the award of a subcontract. In the
event that an agreement cannot be reached with an Offeror, the Project will enter into
negotiations with alternate Offerors for the purpose of awarding a subcontract without any
obligation to previously considered Offerors.
f) REJECTION OF PROPOSALS
The Project reserves the right to reject any and all proposals received, or to negotiate separately
with any and all competing Offerors. Offerors whose proposals are not selected will be notified
in writing.
g) INCURRING COSTS
The Project is not liable for any cost incurred by Offerors during preparation, submission, or
negotiation of an award for this RFP. The costs are solely the responsibility of the Offeror.
h) CANCELLATION
The Project may cancel this RFP without any cost or obligation at any time until issuance of a
Subcontract.
i) SUBCONTRACT AWARD
Bidders should propose the timeline (number of weeks) for the distribution completion; they
should propose as well concise technical proposal on how the activities listed in Part C should be
carried out: Statement of Work with a detailed work plan and schedule of tasks.
i) Selection Criteria
Proposals will be evaluated first to ensure that they meet all mandatory requirements.
Proposals that fail to meet these requirements will receive no further consideration. A non4
REQUEST FOR PROPOSAL
RFP No.: 14_047
John Snow, Inc.
responsive proposal to any element may be eliminated from consideration.
For the purpose of selection, the evaluation will be based on an integrated assessment of the
proposal, including, but not limited to, the following:
 Technical capability and expertise;
 Responsiveness to the RFP requirements;
 Cost/budget proposal;
 Ability to meet the deliverables requirements;
 Business status certification;
 Three past performance references detailing previous experience delivering commodities
within Rwanda. Prior experience in transporting and distributing health related
commodities will be an advantage.
ii) Contract Type
The contracting document will be a Fixed Price Purchase Order (PO) to be awarded once a
Subcontractor has been selected. The awarded PO will include a statement of the total fixed
price; the scope with stated deliverables and due dates; the guiding USAID FAR and AIDAR
clauses; and invoicing information. Please be advised that under a fixed price PO the work
must be done within the specified total price. Any expenses incurred in excess of the agreed
upon amount in the purchase order will be the responsibility of the Subcontractor and not that
of JSI or USAID. Therefore, the Offeror is duly advised to provide its most competitive and
realistic cost proposal to cover all foreseeable expenses related to the tasks outlined in the
Statement of Work.
j) REPRESENTATIONS AND CERTIFICATIONS
The proposal shall be accompanied by any requested representations or certifications signed by
an authorized official of the Offeror.
5
REQUEST FOR PROPOSAL
RFP No.: 14_047
John Snow, Inc.
PART C: STATEMENT OF WORK
The Statement of Work for this RFP is as described below:
a) BACKGROUND
The United States President’s Malaria Initiative (PMI) has donated 1,382,050 long-lasting
insecticide-treated bed nets (LNs) to the Government of Rwanda. The USAID | DELIVER
PROJECT under John Snow, Inc. (JSI) is PMI’s partner tasked with providing support in the
procurement and distribution of the LNs.
b) OBJECTIVES OF THIS WORK
On behalf of the Rwanda Ministry of Health, the USAID | DELIVER PROJECT will facilitate
the distribution of this consignment comprising of 1,352,650 LNs to health facilities
countrywide. The LNs will need to be distributed from the UTEXRWA industry warehouse to
health facilities countrywide. The quantity of 1,352,650 LNs will be distributed to health
facilities around the country.
The LNs will be packed in bales of 50 LNs. Each bale has an approximate gross weight of 35.9
kg and volume of 0.146 m3. The unit of transportation and inventory will be “bales of nets”. It’s
not recommended to open the bales during loading, transportation and drop off at health facility
level
The USAID | DELIVER PROJECT therefore seeks the services of reputable transportation firms
to provide distribution services and safely deliver the specified nets to the intended beneficiary
health facilities.
The requirements, which constitute the scope of work for the Subcontractor, are as outlined in
this section.
Under this scope of work, USAID | DELIVER PROJECT seeks fixed price quotation from local
transporters in Rwanda to move the LNs from the MPPD warehouse at UTEXRWA to the health
facilities as set out in Attachment 7.
The selected Subcontractor, under the direction of USAID | DELIVER PROJECT, will complete
the distribution of the LNs within 6 calendar weeks of the commencement of this activity as
agreed with the USAID | DELIVER PROJECT. Following loading of LNs at the MPPD
warehouse, which is be the responsibility of the MPPD, the Subcontractor will be responsible for
all physical handling of the LNs, including offloading at point of drop-off, and will have full
custody of these goods once handed over to them at the MPPD warehouse until the goods have
been received by the respective health facilities as will need to be documented by goods delivery
notes (sample note provided as Attachment 8) signed by the pre-authorized recipients at the
respective health facilities. The subcontractor will be legally and financially responsible for the
6
REQUEST FOR PROPOSAL
RFP No.: 14_047
John Snow, Inc.
commodities during the transportation process and is required to provide insurance against all
loss or damage to products
Place of Execution
• The Subcontractor will receive instructions to perform all their duties from the USAID |
DELIVER PROJECT office in Rwanda.
• The USAID | DELIVER PROJECT Project Coordinator in Kigali will be the point of contact
for the Subcontractor.
• The deliveries will be according to routing proposed as part of the proposal by the
Subcontractor which the Subcontractor finds most efficient but safe.
• The number of LNs to be delivered per health facility is provided as an Attachment 7 to this
document.
Security
• All Subcontractor personnel may be subject to security checks in terms of any criminal
history.
• Subcontractor personnel with a criminal history will not be permitted to work on the USAID |
DELIVER PROJECT contracts at MPPD.
• All Subcontractor vehicles will have an offloading assistant on board in addition to the driver
to assist with offloading of goods. Offloading costs shall be the responsibility of the
Subcontractor.
• Truck(s) to be used for the work will be subject to a visual inspection prior to award of the
subcontract. Prior to any transportation activity, truck make and model, and plate numbers of
truck(s) to be used and any parking locations should be provided. All drivers must be
appropriately licensed
Communication & Reporting Structure
• All subcontract negotiations will be made between a designated Subcontractor Manager and
the USAID | DELIVER PROJECT in Washington, D.C.
• Coordination of the transportation with the Subcontractor is the responsibility of the Project
Coordinator of the USAID | DELIVER PROJECT in Rwanda.
• Any enquiries, points of clarification, and requests must be made in writing to the USAID |
DELIVER PROJECT.
Communication & Technology Requirements
• Normal daily communications are to be done by mobile phone and email. If emails are sent
then receipt notification should be requested to confirm that an instruction or request for
information has been received.
• The Subcontractor must have Internet and email capability.
• The Subcontractor Operations Manager responsible for this project must have mobile
communications and (s) he (or their named representative) must be reachable 24 hours a day
during the life of this assignment.
7
REQUEST FOR PROPOSAL
RFP No.: 14_047
John Snow, Inc.
Types of Vehicles
• The Subcontractor will provide appropriate, well covered, insured (as per the insurance
clause below) and well secured vehicles and/or suitable leased transportation to transport the
goods.
• Vehicles will conform to the Rwandan Ministry of Transport laws and regulations.
• The vehicles will be closed vans / trucks (box body) with lockable doors to protect the LNs
from adverse weather conditions and loss.
• The Subcontractor will have vehicles of varying capacity to handle the various terrain of
distribution and the required capacity for the route.
• All Subcontractor vehicles must be kept clean and well maintained.
• The Subcontractor vehicle will preferably have a GPS tracking device
Health & Safety
• All Subcontractor drivers will hold a driving license which is legally matched to the vehicle
he is required to drive.
• All Subcontractor drivers will be obliged to submit their driving licenses to the USAID |
DELIVER PROJECT for inspection.
• All Subcontractor vehicles will be equipped with a First Aid Kit and a fire extinguisher at all
times.
Driver Requirements
• The Subcontractor drivers must be familiar with the routes.
• The Subcontractor is responsible for training the drivers in knowledge of the routes and the
terrain.
• The Subcontractor drivers must be capable of navigating the routes safely.
• The Subcontractor and Subcontractor drivers must abide by all Rwandan Ministry of
Transport Laws.
• The Subcontractor drivers must drive safely at all times.
• The Subcontractor driver must ensure that (s) he drives in a manner which will safeguard the
goods being delivered.
• The Subcontractor drivers or their assistants will assist in the offloading of the vehicles.
Time Slots at MPPD & Health Facilities
• MPPD will notify the Subcontractor of a pick up at least 24 hours before the pickup slot time.
• The sub contractor shall prepare the agenda of the distribution as part of the technical
proposal
• The Subcontractor must arrive within +/- 15 minutes of a pick-up time.
• The Subcontractor must inform each health facility chief on their arrival time and must arrive
within +/- 30 minutes of a drop-off time.
• The Subcontractor must not speed or break any traffic laws or facility speed guidelines of
either MPPD or the respective health facilities.
Material Handling Requirements
• All MPPD Health and Safety and Material Handling rules and policy must be observed by
8
REQUEST FOR PROPOSAL
RFP No.: 14_047
•
John Snow, Inc.
the Subcontractor.
All Health Facility Health and Safety and Material Handling rules and policy must be
observed by the Subcontractor.
Insurance, Indemnity & Legal Requirements
 The USAID | DELIVER PROJECT requires that all commodities transported be covered
under an insurance policy payable to JSI, USAID | DELIVER PROJECT, or its designate.
JSI can be included through a rider on an existing policy or this can be done through a new
policy. Proof of access to insurance and insurance costs along with insurance agent contact
information must be presented. Insurance coverage must provide for the following
conditions:
•
•
•
•
•
•
•
Valuation: 110% CIF,
Coverage: All risks including Fire, Theft, Dishonest Acts, Quake, Flood, and
Wind as well as War Clauses and Strikes clauses as applicable,
Deductibles and exclusions: Please provide details of any deductibles or
exclusions applicable and who would pay those.
Beneficiary: USAID | DELIVER PROJECT or its designate is the sole
beneficiary of the insurance policy.
.
The Subcontractor is fully responsible for any breakages or losses during the transit of MPPD
goods.
The Subcontractor will be fully responsible for any laws or regulations broken by
Subcontractor drivers.
The USAID | DELIVER PROJECT requires that all goods to be distributed be covered under
an insurance policy payable to JSI, USAID | DELIVER PROJECT, or its designate. JSI can
be included through a rider on an existing policy or this can be done through a new policy.
Proof of insurance and insurance cost along with insurance agent contact information must
be presented with submission of the proposal.
Coverage: All risks including Fire, Theft, Dishonest Acts, Quake, Flood, and Wind as well as
War Clauses and Strikes clauses as applicable.
Please provide details of any deductibles or exclusions applicable and who would pay those.
JSI USAID | DELIVER PROJECT or its designee is to be the sole beneficiary of the
insurance policy.
Terms
• Provided in Attachment 7 to this RFP are details of location for each health facility to which
commodities are to be delivered under the subcontract that may be issued as a result of this
RFP.
• Routes and loads will be determined by the Subcontractor in line with the proposal provided
to the USAID | DELIVER PROJECT in response to this RFP and shall be binding.
• The technical volume submitted as part of a proposal must show the routing, the number of
days required to perform the whole activity, the types and the numbers of vehicles to be used
to perform the entire activity.
• Routing will be designed to allow for delivery to all health facilities within the specified
9
REQUEST FOR PROPOSAL
RFP No.: 14_047
•
•
•
•
•
•
John Snow, Inc.
delivery period of maximum of two calendar weeks.
The truck sizes will be indicated as part of the proposal based on the provided number of
LNs per health facility. In their proposal the Offeror will indicate the number of health
facility commodities to be transported per vehicle. The number of vehicle types and total
number of vehicles per route will also need to be indicated.
The Subcontractor drivers will keep a log of all distances travelled and times of collections
and drop-offs.
The Subcontractor shall provide separate and original signed proofs of delivery (sample note
provided as Attachment 8) for each health facility, i.e. goods delivery notes that will include:
exact quantities of LNs; name and exact location of receiving health facility; printed name,
title and signature of the pre-authorized person (recipient) in-charge for receiving LNs at
each health facility, along with the date and time of receipt at the health facility. These proofs
of delivery should be made in duplicate with one copy remaining with the health facility, and
the original being submitted to the JSI USAID | DELIVER PROJECT Coordinator within 24
hours of each completed delivery in a specific route as shown in the technical proposal
It will be the responsibility of the Subcontractor to verify that the quantities of LNs loaded at
the MPPD are correct, that LNs are in good condition, and that the distribution is done
according to the delivery note provided.
The Subcontractor will be responsible for any losses or damages for goods received in good
order and quantity.
The USAID | DELIVER PROJECT may provide separate personnel and or firm to verify the
correct delivery of the commodities by the Subcontractor to the required delivery points (as
set out in Attachment 7) in good condition, quantity, and in agreed time before final
acceptance of proofs of delivery.
Liquidated Damages
• Late arrival for pickup, late departure due to unfueled trucks or any delay due to negligence
of the Subcontractor shall make the Subcontractor liable for liquidated damages of 0.5% of
the invoice amount for every day of delay of service up to a maximum of 5%. If the ceiling
of 5% is reached, the USAID | DELIVER PROJECT will have the right to unilaterally
terminate the subcontract.
Prices in Cost Proposal
• An Offeror shall provide fixed unit price and total cost proposal for completion of the work
described in Part C: Statement of Work. The cost proposal shall be quoted in US dollars
• Cost proposal shall include a fixed unit price for each category of deliverable. The unit price
will need to include all costs, e.g. any incidental costs such as labor (offloading), future fuel
surcharges, insurance, etc.
• All costs related to the execution of this subcontract are the responsibility of the
Subcontractor (fuel, drivers’ per diem, accommodation, etc.). The rates in the cost proposal
shall include all the expenses for material handling (including the cost of off-loading) and
protection of goods from deterioration.
• Rates should be broken down by delivery to the health facility on a route.
• No surcharges can subsequently be applied due to fuel cost escalation.
10
REQUEST FOR PROPOSAL
RFP No.: 14_047
•
•
•
John Snow, Inc.
Quoted prices shall be fixed for the duration of the subcontract and shall be in U.S. dollars.
There will be no additional payment other than that agreed upon in the subcontract. The
Subcontractor will not receive any additional payment for mileage over and above the
amount agreed upon in the subcontract.
The cost proposal shall specify prices without VAT (i.e. VAT must not be included in the
rates); only an indication of percentage should be provided.
Number of Proposals per Offeror
If so desired, Offerors may submit one or more alternative proposals.
Language
The proposal, as well as all related correspondence and documents, shall be in English.
c) DELIVERABLES AND DUE DATES
1. Telephone reports of delivery of LNs to the USAID | DELIVER PROJECT Coordinator for
each health facility must be made immediately after each delivery, but no later than within 24
hours after completing delivery in a specific route as shown in the technical proposal and
collection of required signed proof of delivery notes .
2. A signed proof of delivery (POD) notes must be handed over to the USAID | DELIVER
PROJECT Coordinator within 24 hours after each delivery of commodities in a specific route
as shown in the technical proposal.
The proof of delivery notes must be according to a layout template specified by the JSI
USAID | DELIVER PROJECT (sample note provided as Attachment 8). The Subcontractor
must submit original copies of the signed proofs of delivery from each health facility listed in
the distribution plan (Attachment 7). The proofs of delivery should indicate the exact
quantity and condition of LNs that each health facility received; name and exact location of
receiving health facility; printed name, title and signature of the pre-authorized person
(recipient) in-charge for receiving LNs at each health facility, along with the actual date and
time of receipt at the health facility. The duplicate copies of the delivery notes should be
given to the pre-authorized recipients at the health facilities and the original returned to the
JSI USAID | DELIVER PROJECT.
Each lot of LNs transported to each health facility and offloaded into a storage area in that
health facility constitutes a deliverable.
3. A summary delivery report that specifies each health facility that received LNs, the quantities
received in terms of lot, LN lot conditions, contact information of the pre-authorized person
(recipient) in-charge for receiving LNs (name, phone number, title and signature), and any
issues encountered and these were addressed. The final summary delivery report must be
submitted to the JSI USAID | DELIVER PROJECT no later than two weeks upon completion
of assignment unless otherwise agreed with the JSI USAID | DELIVER PROJECT.
11
REQUEST FOR PROPOSAL
RFP No.: 14_047
John Snow, Inc.
d) TERMS OF PAYMENT
1. An invoice for payment for the work to be contracted under this RFP shall only be issued
upon submission of all proofs of delivery to the JSI USAID | DELIVER PROJECT.
2. Payment of the entire invoice amount will be upon full delivery, within 30 days from the
invoice date and the receipt of all proofs of delivery and other deliverables to the JSI USAID
| DELIVER PROJECT and their acceptance by the JSI USAID | DELIVER PROJECT.
3. Any losses or damages incurred after the nets have been handed over to the Subcontractor’s
representative and before delivery to the health facilities will be deducted from the
Subcontractor’s invoice at the moment of payment.
PART D: ATTACHMENTS TO THE RFP
1.
Certification Regarding: Prohibition on the Promotion or Advocacy of the Legalization or
Practice of Prostitution or Sex Trafficking (Acquisition) (June 2010)
2.
Contractor Code of Business Ethics (April 2010)
3.
Information Regarding Responsibility Matters (April 2010)
4.
Certification of Toxic Chemical Release Reporting (August 2003)
5.
Certification and Disclosure Regarding Payments to Influence Certain Federal
Transactions (September 2007)
6.
Certification Regarding Debarment, Suspension, or Proposed Debarment (December
2010)
7.
LN Distribution Plan by Province, District, Health Facilities, and Quantities to be
Delivered
8.
Sample Proof of Delivery Form
12
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
ATTACHMENT 1
REQUIRED CERTIFICATION
As a condition of accepting a subcontract under this RFP, the selected vendor is required to
certify to the following mandatory clause:
Prohibition on the Promotion or Advocacy of the Legalization or Practice of Prostitution or
Sex Trafficking (Acquisition) (June 2010)
(a) This contract is authorized under the United States Leadership Against HIV/AIDS,
Tuberculosis, and Malaria Act of 2003 (Pub.L. No. 108-25), as amended. This Act enunciates
that the U.S. Government is opposed to prostitution and related activities, which are inherently
harmful and dehumanizing, and contribute to the phenomenon of trafficking in persons. The
contractor shall not use any of the funds made available under this contract to promote or
advocate the legalization or practice of prostitution or sex trafficking. Nothing in the preceding
sentence shall be construed to preclude the provision to individuals of palliative care, treatment,
or post-exposure pharmaceutical prophylaxis, and necessary pharmaceuticals and commodities,
including test kits, condoms, and, when proven effective, microbicides.
(b)(1) Except as provided in (b)(2) and (b)(3), by its signature of this contract or subcontract for
HIV/AIDS activities, a non-governmental organization or public international organization
awardee/sub awardee agrees that it is opposed to the practices of prostitution and sex trafficking
because of the psychological and physical risks they pose for women, men, and children. [10]
10
The following footnote should only be included in awards to Alliance for Open Society
International (AOSI), Pathfinder, or a member of GHC or InterAction (with the exception of
DKT International, Inc.):
(b)(2) The following organizations are exempt from (b)(1): the Global Fund to Fight AIDS,
Tuberculosis and Malaria; the World Health Organization; the International AIDS Vaccine
Initiative; and any United Nations agency.
(b)(3) Contractors and subcontractors are exempt from (b)(1) if the contract or subcontract is for
commercial items and services as defined in FAR 2.101, such as pharmaceuticals, medical
supplies, logistics support, data management, and freight forwarding.
(b)(4)Notwithstanding section (b)(3), not exempt from (b)(1) are contractors and subcontractors
that implement HIV/AIDS programs under this contract or subcontract by:
(i) providing supplies or services directly to the final populations receiving such supplies or
services in host countries;
(ii) providing technical assistance and training directly to host country individuals or entities on
the provision of supplies or services to the final populations receiving such supplies and services;
or
(iii) providing the types of services listed in FAR 37.203(b)(1)-(6) that involve giving advice
about substantive policies of a recipient, giving advice regarding the activities referenced in (i)
and (ii), or making decisions or functioning in a recipient's chain of command (e.g., providing
13
REQUEST FOR PROPOSAL
RFP No.: 14_047
John Snow, Inc.
managerial or supervisory services approving financial transactions, personnel actions).
(c) The following definitions apply for purposes of this provision:
"Commercial sex act" means any sex act on account of which anything of value is given to or
received by any person.
"Prostitution" means procuring or providing any commercial sex act and the "practice of
prostitution" has the same meaning.
"Sex trafficking" means the recruitment, harboring, transportation, provision, or obtaining of a
person for the purpose of a commercial sex act. 22 U.S.C. 7102(9).
(d) The contractor shall insert this provision in all subcontracts.
(e) Any violation of this provision will result in the immediate termination of this award by
USAID.
(f) This provision does not affect the applicability of FAR 52.222-50 to this contract.
The Offeror (below named organization or firm) certifies that it has ( ) has not ( ) instituted a
policy explicitly opposing prostitution and sex trafficking as required under this Request for
Proposal and any possible subsequent subcontract.
Offeror:
_______________________________________
Authorized Signatory: _______________________________________
Print Signatory Name:_______________________________________
Title:
_______________________________________
Date:
_______________________________________
14
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
ATTACHMENT 2
REQUIRED CERTIFICATION
As a condition of accepting a subcontract under this RFP, the selected vendor is required to
certify to the following mandatory clause:
CONTRACTOR CODE OF BUSINESS ETHICS (APR 2010)
In accordance with FAR 52.203-13, CONTRACTOR CODE OF BUSINESS ETHICS (APR
2010) the subcontractor ____ has ____ does not have current active Federal contracts and grants
with total value greater than $5,000,000. The subcontractor ____ is____is not a small business.
The duration of the subcontract is____is not____ less than 120 days. The subcontractor
has____does not have___ a Code of Business Ethics which has been provided to employees. The
subcontractor is ___ is not___ exempt from the Code of Business Ethics. In accordance with the
subcontractor’s Code of Business Ethics the contractor has ____does not have____a Business
Ethics Awareness and Compliance Program that encourages and otherwise promotes a culture of
ethical conduct and commitment to comply with the law and an internal control system that
prevents and detects criminal conduct. In accordance with the Business Ethics Awareness and
Compliance Program the subcontractor does___does not____ provide effective training to
employees in this area.
The subcontractor shall disclose, in writing, to the prime contractor and the agency office of the
Inspector General (OIG), with a copy to the Contracting Officer, whenever, in connection with
the award, performance, or closeout of this contract or any subcontract thereunder, the
subcontractor has credible evidence that a principal, employee, agent, or subcontractor of the
subcontractor has committed a violation of Federal Criminal law involving fraud, conflict of
interest, bribery, or gratuity violations in Title 18 of the US Code or a violation of the civil False
Claims Act.
_____________________________________
Signature
_____________________________________
Printed Name
_____________________________________
Company Name
_____________________________________
Date
15
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
ATTACHMENT 3
REQUIRED CERTIFICATON
As a condition of accepting a subcontract under this RFP, the selected vendor is required to
certify to the following mandatory clause:
52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (APR 2010)
(a) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total
value greater than $10,000,000.
(b) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by
submission of this offer, that the information it has entered in the Federal Awardee Performance
and Integrity Information System (F APIIS) is current, accurate, and complete as of the date of
submission of this offer with regard to the following information:
(l) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in
connection with the award to or performance by the offeror of a Federal contract or grant, been
the subject of a proceeding, at the Federal or State level that resulted in any of the following
dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary
fine, penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or
compromise with an acknowledgment of fault by the Contractor if the proceeding could have led
to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1)
of this provision, whether the offeror has provided the requested information with regard to each
occurrence.
(d) The offeror shall enter the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this
provision in F APIIS as required through maintaining an active registration in the Central
Contractor Registration database at http://www.ccr.gov (see 52.204-7).
16
REQUEST FOR PROPOSAL
RFP No.: 14_047
John Snow, Inc.
"Principal" means an officer, director, owner, partner, or a person having primary management
or supervisory responsibilities within a business entity (e.g., general manager; plant manager;
head of a division or business segment; and similar positions).
___________________________________________
Signature
___________________________________________
Printed Name
___________________________________________
Company Name
___________________________________________
Date
17
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
ATTACHMENT 4
REQUIRED CERTFICATION
As a condition of accepting a subcontract under this RFP, the selected vendor is required to
certify to the following mandatory clause:
52.223.13 CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING
(AUG 2003)
1)
2)
3)
4)
5)
6)
By signing this offer, the offeror certifies that:
As the owner or operator of facilities that will be used in the performance of this contract that are
subject to the filing and reporting requirements described in section 313 of the Emergency
Planning and Community Right-to-Know Act of 1986, (EPCRA) and requirement section 6607
of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and
continue to file for such facilities for the life of the contract the Toxic Chemical Release
Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of
EPA; or
None of its owned or operated facilities to be used in the performance of this contract is subject
to the Form R filing and reporting requirements because each such facility is exempt for at least
one of the following reasons: (check each block that is applicable)
( ) (i) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in
40 CFR 372.65;
( ) (ii) The facility does not have 10 or more full-time employees as specified in section
313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A);
( ) (iii) The facility does not meet the reporting thresholds of toxic chemicals established under
section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR
372.27, provided an appropriate certification from has been filed with EPA);
( ) (iv) The facility does not fall within the following Standard Industrial Classification
(SIC)codes or their corresponding North American Industry Classification System sectors:
(A)
Major group code 10 (except 1011, 1081, and 1094),
(B)
Major group code 12 (except 1241)
(C)
Major group codes 20 through 39.
(D)
Industry code 4911, 4931, or 4939 (limited to facilities that combust coal and/or oil for
the purpose of generating power for distribution in commerce).
(E)
Industry code 4953 (limited to facilities regulated under the Resource Conservation and
Recovery Act, Subtitle C (41 U.S.C 6921 et seq.), or 5169, or 5171, or 7389 (limited to
facilities primarily engaged in solvent recovery services on a contract or fee basis); or
( ) (v) The Facility is not located in the United States or its outlying areas.
______________________________________
Signature
______________________________________
Printed Name
______________________________________
Organization and Date
18
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
ATTACHMENT 5
REQUIRED CERTIFICATON
As a condition of accepting a subcontract under this RFP, the selected vendor is required to
certify to the following mandatory clause:
52.203-11Certification and Disclosure Regarding Payments to Influence Certain Federal
Transactions (SEP 2007)
Please complete OMB Standard Form LLL which is attached and the certification below:
The offeror, by signing its offer, herby certifies to the best of its knowledge and belief that no
Federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, and officer
or employee of Congress, or an employee of a Member of Congress on its behalf in connection
with the awarding of this contract.
If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on
behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its
offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the
registrants. The offeror need not report regularly employed officers or employees of the offeror
to who payments of reasonable compensation were made.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Company
___________________________________
Date
19
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
ATTACHMENT 6
REQUIRED CERTIFICATION
As a condition of accepting a subcontract under this RFP, the selected vendor is required to
certify to the following mandatory clause:
Protecting the Government’s Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment (DEC 2010)
This is___is not___ a commercial subcontract. This subcontract is ___ is not___ for the
procurement of off-the-shelf items. The total price of the subcontract is___is not___greater
$30,000.
The subcontractor or its principals have ____ or have not ____ been debarred, suspended, or
proposed for debarment.
______________________________________
Signature
______________________________________
Printed Name
______________________________________
Company Name
______________________________________
Date
20
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
ATTACHMENT 7
LN DISTRIBUTION PLAN
by Province, District, Health Facilities, and Quantities to be delivered
Each bale has 50 nets and has an approximate gross weight of 35.9 kg and a volume of 0.146 m3.
No
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
District
Hospital
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
Nyamata
1
2
3
4
5
6
7
8
Kiziguro
Kiziguro
Kiziguro
Kiziguro
Kiziguro
Kiziguro
Kiziguro
Kiziguro
Health Center
GAKURAZO
GASHORA
GIHINGA
JURU
KAMABUYE
MAREBA
MAYANGE
MWOGO
NGERUKA
NTARAMA
NYAMATA
NYARUGENGE
NZANGWA
RILIMA
RUHUHA
Total
BUGARURA
GAKENKE
GASANGE
GITOKI
HUMURE
KABARORE
KIZIGURO
MUHURA
Replacement
LLINs
Netprotect U5
Jan 2013 in 13
DH
5400
3650
5650
3800
3450
3900
4200
2800
4900
2200
4350
4600
4150
3600
56,650
2900
5500
3250
2000
2250
5300
5150
4500
LLINs to be
distributed for
HHs
6050
800
2600
600
1550
100
0
3050
6200
550
9350
3000
6250
400
14300
54,800
1100
2600
350
0
200
2600
950
2150
Total
11,450
4,450
8,250
4,400
5,000
4,000
4,200
5,850
11,100
2,750
13,700
3,000
10,850
4,550
17,900
111,450
4,000
8,100
3,600
2,000
2,450
7,900
6,100
6,650
21
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
9
10
11
Kiziguro
Kiziguro
Kiziguro
1
2
3
4
5
6
7
8
Kibilizi
Kibilizi
Kibilizi
Kibilizi
Kibilizi
Kibilizi
Kibilizi
Kibilizi
1
2
3
4
5
Gakoma
Gakoma
Gakoma
Gakoma
Gakoma
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
Kabutare
1
2
Remera
Rukoma
Remera
Rukoma
RUGARAMA
RWIMBOGO
RWIMITERERI
Total
GIKORE
GISAGARA
KANSI
KIBAYI
KIBILIZI
KIGEMBE
KIRARAMBOGO
MUGOMBWA
Total
GAKOMA
GIKONKO
GISHUBI
MUSHA
SAVE
Total
Busoro/Gishamvu
CUSP Butare
Karama
Kinyamakara
Huye Police
Maraba
Mtyazo
Mbazi
Rango
Rubona
Ruhashya
Rusatira
Rwaniro
SIMBI
SOVU
Total
5300
4700
3150
44,000
2650
4000
2900
4850
4750
5100
4550
3950
32,750
6750
3950
4350
3750
5150
23,950
2400
1150
3050
4500
750
4500
1400
5350
7650
3350
3800
4750
3550
4150
3850
54,200
0
2300
2800
15,050
5550
3050
2850
4200
2750
8150
7450
2500
36,500
1200
0
0
1750
1700
4,650
450
250
6950
1500
200
12150
1400
5500
1650
850
5750
8850
4500
10200
8900
69,100
5,300
7,000
5,950
59,050
8,200
7,050
5,750
9,050
7,500
13,250
12,000
6,450
69,250
7,950
3,950
4,350
5,500
6,850
28,600
2,850
1,400
10,000
6,000
950
16,650
2,800
10,850
9,300
4,200
9,550
13,600
8,050
14,350
12,750
123,300
Cyeru
2600
450
3,050
Gihara
5250
1250
6,500
22
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
11
Remera
Rukoma
Remera
Rukoma
Remera
Rukoma
Remera
Rukoma
Remera
Rukoma
Remera
Rukoma
Remera
Rukoma
Remera
Rukoma
Remera
Rukoma
1
Rwinkwavu
Remera Rukoma
Total
CYARUBARE
2
Rwinkwavu
KABARONDO
4750
4300
9,050
3
Rwinkwavu
KARAMA
3150
10800
13,950
4
Rwinkwavu
NDEGO
4800
7100
11,900
5
Rwinkwavu
NYAMIRAMA
4250
11500
15,750
6
Rwinkwavu
RURAMIRA
2750
5600
8,350
7
Rwinkwavu
RUTARE
2750
1550
4,300
8
Rwinkwavu
RWINKWAVU
750
28,900
4850
850
3850
2300
5100
4850
21,800
4950
4200
4200
11950
70,100
10500
1450
6850
8650
7050
15600
50,100
9200
6100
6250
12,700
99,000
15,350
2,300
10,700
10,950
12,150
20,450
71,900
14,150
10,300
10,450
3
4
5
6
7
8
9
10
1
2
3
4
5
6
Gahini
Gahini
Gahini
Gahini
Gahini
Gahini
1
2
3
Kirehe
Kirehe
Kirehe
Kabuga
1000
1250
2,250
Kamonyi
4400
1100
5,500
Karangara
1650
1350
3,000
Kayenzi
10050
10200
20,250
Kigese
5250
2200
7,450
Mugina
6800
7600
14,400
Musambira
8050
3650
11,700
Nnyagihamba
4450
2500
6,950
6250
55,750
2500
34,050
8,750
89,800
5700
17300
23,000
Total
Gahini
Kageyo
Mukarange
Nyakabungo
Rukara
Ryamanyoni
Total
BUKORA
GAHARA
GASHONGORA
23
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
4
5
6
7
8
9
10
11
12
13
14
15
16
Kirehe
Kirehe
Kirehe
Kirehe
Kirehe
Kirehe
Kirehe
Kirehe
Kirehe
Kirehe
Kirehe
Kirehe
Kirehe
1
2
3
4
5
6
7
8
9
10
11
12
Kibungo
Kibungo
Kibungo
Kibungo
Kibungo
Kibungo
Kibungo
Kibungo
Kibungo
Kibungo
Kibungo
Kibungo
1
2
3
4
5
6
7
8
9
10
11
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
KABUYE
KIGARAMA
KIREHE
MAHAMA
MULINDI
MUSAZA
MUSHIKIRI
NASHO
NTARUKA
NYABITARE
NYARUBUYE
RUSUMO
RWANTONDE
Total
GITUKU
JARAMA
KIBUNGO
KIRWA
MUTENDERI
NYANGE
REMERA
RUKIRA
RUKUMBERI
RUKOMASAKE
SANGAZA
ZAZA
Total
Bugaragara
Cyabayaga
Cyondo
Kabuga
Kagitumba
Karangazi
Katabagemu
Matimba
Mimuli
Muhambo
Ndama
1850
11050
2800
7050
3100
2250
2400
2000
5300
6600
57,750
4100
3850
8700
4300
5500
4350
4100
3750
3950
4400
2050
5400
54,450
5350
4050
2250
3050
1250
4650
2850
4250
2600
2900
2000
3850
8850
12350
3950
5650
850
3700
4550
3900
3000
6350
8250
2050
88,850
5150
14400
35950
4100
950
11700
16150
11900
14600
10650
6800
14750
147,100
4000
3150
2350
2300
4800
5450
4950
0
2750
1750
2050
5,700
8,850
23,400
3,950
8,450
7,900
6,800
6,800
6,300
5,000
11,650
14,850
2,050
146,600
9,250
18,250
44,650
8,400
6,450
16,050
20,250
15,650
18,550
15,050
8,850
20,150
201,550
9,350
7,200
4,600
5,350
6,050
10,100
7,800
4,250
5,350
4,650
4,050
24
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
12
13
14
15
16
17
18
19
20
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
Nyagatare
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
Nyanza
1
2
3
4
5
6
7
8
9
10
11
Rwamagana
Rwamagana
Rwamagana
Rwamagana
Rwamagana
Rwamagana
Rwamagana
Rwamagana
Rwamagana
Rwamagana
Rwamagana
Ntoma
Nyagahita
Nyagatare
Nyakigando
Nyarurema
Rukomo
Rurenge
Rwempasha
Tabagwe
Total
Busoro
Cyaratsi
Gahombo
Gatagara
Hanika
Kibirizi
Kirambi
Mucubira
Mututu
Mweya
Ntyazo
Nyamiyaga
Nyamure
Nyanza
Nyarusange
Ruyenzi
Total
AVEGA
GAHENGELI
GISHALI
KARENGE
MUNYAGA
MURAMBI
MUSHA
MUYUMBU
NYAGASAMBU
NYAKARIRO
NZIGE
4400
3750
4400
2450
4350
5600
2050
1850
5000
69,050
5700
1350
5850
6850
2350
5200
1800
4000
2700
2050
2700
2050
5000
1450
1900
50,950
2700
4000
2850
3850
2650
2250
3100
3200
3350
3000
2650
8000
3200
4150
3000
6750
4100
2300
2800
8400
76,250
2400
600
11550
6150
7650
5000
550
6150
2850
2300
4900
4000
5050
1500
1300
1900
63,850
4000
0
2850
2400
4900
6750
1200
0
8100
3200
0
12,400
6,950
8,550
5,450
11,100
9,700
4,350
4,650
13,400
145,300
8,100
1,950
17,400
13,000
10,000
10,200
2,350
10,150
2,850
5,000
6,950
6,700
7,100
6,500
2,750
3,800
114,800
6,700
4,000
5,700
6,250
7,550
9,000
4,300
3,200
11,450
6,200
2,650
25
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
12
13
14
Rwamagana
Rwamagana
Rwamagana
RGNA
RUBONA
RUHUNDA
Total
Total General
6100
4500
4200
48,400
598,600
3050
5300
1900
43,650
754,050
9,150
9,800
6,100
92,050
1,352,650
26
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No.: 14_047
Attachment 8: Proof of Delivery Form
DELIVERY NOTE
Facility Name:
District:
Replacement LLINs Netprotect U5 Jan 2013 in 13 DH (quantity):
LLINs to be distributed for HHs (quantity):
Date of Delivery:
Time of Delivery:
Total Quantities
of Nets Allocated
Quantities of Nets
Received
Are the Nets Sealed?
(Yes/No)
Comments
Delivered by: (Driver)
Name of the Driver: ----------------------------------------------------- Vehicle Registration Number: -----------------Tel: ------------------------------- Signature: ----------------------------------------Received by: (Health Facility Staff)
Name: ------------------------------------------------------------- Title/Responsibility: ---------------------------------------Tel: ------------------------------- Signature: ----------------------------------------27
Download