REQUEST FOR PROPOSAL FIXED PRICE GOODS OR SERVICES (FIELD) RFP NO: 15_051

advertisement
REQUEST FOR PROPOSAL
RFP No. 15_051
John Snow, Inc.
REQUEST FOR PROPOSAL
FIXED PRICE GOODS OR SERVICES
(FIELD)
RFP NO: 15_051
PART A: COVER PAGE
ISSUED TO: USAID | DELIVER PROJECT Website and Advertisement in Rwanda
SUBJECT: Request for Proposal for Transportation and Distribution of Medical Equipment
from the Medical Procurement and Production Division (MPPD) at Rwandex 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@jsi.com.
Honore Tchou
John Snow, Inc.
USAID | DELIVER PROJECT
1616 North Fort Myer Drive
Arlington, VA 22209, USA
Email: honore_tchou@jsi.com
__________________________________________
1
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
M. Vanden Bossche
Contract Administrator
John Snow, Inc.
Date
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
Eastern Standard Time (EST) Tuesday, June 16, 2015, to the email as provided in Part A. Please
submit all questions by 5:00 pm EST Tuesday June 2, 2015, to the email on the cover page. All
questions and answers will be listed on the USAID | DELIVER PROJECT website by 5:00 pm
EST Friday, June 5, 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 Technical Proposal should not be of excessive length and must contain the
following information as well as completed Attachments 7 and 8 which should be imbedded
directly into the Technical work plan.
ii)

Technical Volume
A concise technical proposal on how the Offeror will carry out the activity with a detailed
work plan and schedule of tasks. This description is to include provision of security
measures, staffing plans, route planning, route durations, and planned use of
transportation assets (either owned or to be leased by the Offeror to conduct the work).
2
REQUEST FOR PROPOSAL
RFP No. 15_051
John Snow, Inc.

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, 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.

A description of the Offeror’s capability and experience in undertaking this task. This
capacity statement should include a list and description of transportation vehicles owned
or otherwise available to the Offeror, and previous experience in distributing public
health commodities in Rwanda.
The written Business Proposal is to consist of the Cost Proposal (Attachments 2-3), and duly
signed Attachments 4-7. It must contain the following information:
iii)
Cost Proposal
 A fixed unit price, total cost proposal for completion of the work described in Part C:
Statement of Work.
 The Offeror is to provide quotes for delivering specified volumes of 4,206 pieces of
equipment to 16 District Hospitals and 38 Health Facilities and 1 Maternal and Child
Health Store warehouse in Kigali.
 Quotes are to be provided in USD and must include all costs for delivering the
shipments to final destinations, including: loading, transportation, offloading, labor,
fuel, management, administration, and insurance as specified in the scope of work
below
 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 and 8.
 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.
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.
3
REQUEST FOR PROPOSAL
RFP No. 15_051
John Snow, Inc.
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.
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 event
that an agreement cannot be reached with an Offeror, the Project will enter into 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
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.
4
REQUEST FOR PROPOSAL
RFP No. 15_051
John Snow, Inc.
h) CANCELLATION
The Project may cancel this RFP without any cost or obligation at any time until issuance of a
Subcontract.
i) SUBCONTRACT AWARD
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 nonresponsive 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;
 Cost/budget proposal;
 Ability to meet the deliverables requirements;
 Business status certification;
 Three past performance references detailing previous experience delivering commodities.
Prior experience in transporting and distributing health related commodities will be an
advantage.
 Proposed Performance Period (in weeks)
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 it’s 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. 15_051
John Snow, Inc.
PART C: STATEMENT OF WORK
The Statement of Work for this RFP is as described below:
a) BACKGROUND
USAID has donated 4,206 pieces of Medical Equipment in Support of the Maternal and Child
Health Programme to the Government of Rwanda. The USAID | DELIVER PROJECT under
John Snow, Inc. (JSI) is tasked with providing support in the procurement and distribution of the
Medical Equipment.
b) OBJECTIVES OF THIS WORK
On behalf of the Rwanda Ministry of Health, the USAID | DELIVER PROJECT will facilitate
the distribution of 4,206 pieces of medical equipment to 16 District Hospitals and 38 Health
Facilities around the country and 1 Maternal and Child Health Store warehouse in Kigali.
The medical equipment will need to be distributed from the MPPD Warehouse, Rwandex
warehouse to 16 District Hospitals and 38 Health Facilities around the country and 1 Maternal
and Child Health Store warehouse in Kigali.
The medical equipment will be packed in individual boxes. The individual weights and volumes
are shown in attachment 7. The total approximate gross weight for all pieces of equipment is
12,565.30 kg and volume of 178.91 m3.
The USAID | DELIVER PROJECT therefore seeks the services of reputable transportation firms
to provide distribution services and safely deliver the medical equipment to the intended
beneficiary health facilities.
Offeror must propose the execution period (in weeks) of the work. Only working/calendar days
must be considered.
The Performance Period for this Subcontract will be from the day the contract will be signed by
the selected service provider.
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 medical equipment from the MPPD warehouse at
RWANDEX 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 medical equipment within the proposed calendar weeks of the
commencement of this activity as agreed with the USAID | DELIVER PROJECT. Following
6
REQUEST FOR PROPOSAL
RFP No. 15_051
John Snow, Inc.
loading of medical equipment at the MPPD warehouse, which will be the responsibility of
MPPD, the Subcontractor will be responsible for all physical handling of the medical equipment,
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.
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 transport of the
medical equipment will be executed as well according to a clear plan proposed by the
Subcontractor.
• The number of medical equipment to be delivered per health facility and the plastic bags to
be transported 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.
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 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. 15_051
John Snow, Inc.
Types of Vehicles
• The Subcontractor will provide appropriate, well covered 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
medical equipment 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.
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
equipment on board of each vehicle 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 Subcontractor must arrive within +/- 15 minutes of a pick-up time.
• The Subcontractor 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
the Subcontractor.
• All Health Facility Health and Safety and Material Handling rules and policy must be
observed by the Subcontractor.
Insurance, Indemnity & Legal Requirements
8
REQUEST FOR PROPOSAL
RFP No. 15_051

John Snow, Inc.
The USAID | DELIVER PROJECT requires that all commodities stored or 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 cost, along with
insurance agent contact information, must be presented. The estimated value of products
to be insured is $626,263.73. Insurance coverage must provide for the following
conditions:
- Valuation: 110% CIF of stored commodities;
- Coverage: All risks including but not limited to Fire, Theft, Dishonest Acts, Quake,
Flood, and Wind as well as War Clauses and Strikes Clauses as applicable;
- Product insured: All commodities and their packaging received into the warehouse on
behalf of the Project;
- 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.
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 roads 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 proposed
delivery period.
• The truck sizes will be indicated as part of the proposal based on the provided number of
medical equipment per health facility, hospital or delivery location. In their proposal the
Offeror will indicate the number of health facility medical equipment to be transported per
vehicle and ensure that at any time no health facility medical equipment will be split between
vehicles.
• 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 medical equipment; name and exact location of receiving health facility;
printed name, title and signature of the pre-authorized person (recipient) in-charge for
receiving medical equipment 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 |
9
REQUEST FOR PROPOSAL
RFP No. 15_051
•
•
•
•
John Snow, Inc.
DELIVER PROJECT Coordinator within 24 hours of each completed delivery.
It will be the responsibility of the Subcontractor to verify that the quantities of medical
equipment loaded at the MPPD are correct, that medical equipment 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 Subcontractor will execute this contract within a period of time (in weeks) that will be
proposed in the proposal (s).
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 hour 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 total cost proposal for completion of the work
described in Part C: Statement of Work.
• An Offeror shall provide cost proposals for the Transportation and Distribution of medical
equipment to the health facilities.
• 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, 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.
• 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.
10
REQUEST FOR PROPOSAL
RFP No. 15_051
John Snow, Inc.
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 medical equipment 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 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 delivery of medical equipment.
3. 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 medical equipment that each health facility received; name and
exact location of receiving health facility; printed name, title and signature of the preauthorized person (recipient) in-charge for receiving medical equipment 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 Medical Equipment transported to each health facility and offloaded into a
storage area in that health facility constitutes a deliverable.
4. A summary delivery report that specifies each health facility that received medical
equipment, the quantities received, contact information of the pre-authorized person
(recipient) in-charge for receiving medical equipment (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.
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.
11
REQUEST FOR PROPOSAL
RFP No. 15_051
John Snow, Inc.
3. Any losses or damages incurred after the medical equipment 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.
Medical Equipment Distribution Plan by Health Facilities, and Quantities to be Delivered
to each location.
8.
Sample Proof of Delivery Form
12
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
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. 15_051
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. 15_051
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. 15_051
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).
"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).
16
REQUEST FOR PROPOSAL
RFP No. 15_051
John Snow, Inc.
___________________________________________
Signature
___________________________________________
Printed Name
___________________________________________
Company Name
___________________________________________
Date
17
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
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
______________________________________
18
REQUEST FOR PROPOSAL
RFP No. 15_051
John Snow, Inc.
Organization and Date
19
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
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
20
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
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
21
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
ATTACHMENT 7
MEDICAL EQUIPMENT DISTRIBUTION PLAN
District Hospital, Health Facilities, Maternal and Child Health Warehouse and Quantities to be
delivered
1. Total Equipment
QUANTITIES OF HOSPITAL EQUIPMENT FOR RWANDA
Item No.
Description of Goods
Quantity
1
Warming Units or infant radiant
(radiant warmer)
25
2
Baby incubator
23
3
Suction pump
14
4
Oxygen concentrator
18
5
Pulse Oxymeter
53
6
Bubble CPAP system
8
7
CPAP Accessories
8
8
Syringe Pump (2 channel)
9
Monitor Vital Signs
10
11
12
Phototherapy goggles sterile. Size:
Grand premature
Phototherapy goggles sterile. Size:
Premature
Phototherapy goggles sterile. Size:
Newborn
30
8
140
200
210
13
Volumetric infusion pump
52
14
Drug Dispensary Trolley
148
15
16
17
Green cloth and mackintosh for
mother kangaroo
Baby face mask number 0
(prematures)
Baby face mask number 1
(newborns)
22
24
15
18
Suction probes
631
19
Laryngoscope
28
20
Endotracheal catheter # 2.5
40
21
Endotracheal catheter # 3
40
22
Endotracheal catheter # 3.5
27
23
MAGILL Clamps Infants 7"
17
24
MAGILL Clamps Childs 8"
14
25
Blood glucose meter + test strip
24
22
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
26
27
Baby face oxygen mask Number 0
(prematures)
Baby face oxygen mask Number 1
(newborns)
49
42
28
Airways cannula
29
Children nasal cannula
30
30
Hemoglobin Reader
(Hemoglubinometer)
7
31
Bilirubinometer – Jaundice Meter
8
32
Oxygen cylinders 2litres, standard
valve
294
33
Meter Tape
280
34
Digital Sphygmomanometer
700
977
Total Quantities
4,206
2. Total Equipment Weights and Volume per item
Weight:
Volume:
Qty.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Warming Units or infant radiant
Baby incubator
Suction pump
Oxygen concentrator
Pulse Oxymeter
Bubble CPAP system
CPAP Accessories
Syringe Pump (2 channel)
Monitor Vital Signs
Phototherapy goggles sterile.
Phototherapy goggles sterile.
Phototherapy goggles sterile.
Volumetric infusion pump
Drug Dispensary Trolley
Green cloth and mackintosh for
16
Baby face mask number 0
(prematures)
17
Baby face mask number 1
(newborns)
18 Suction probes
Weight
Volume
100.00
90.00
13.80
15.00
0.35
5.00
0.10
11.00
5.00
0.01
0.01
0.01
7.70
29.00
1.00
0.8064
0.8237
0.1246
0.0848
0.0024
0.1250
0.0100
0.8500
0.0309
0.0001
0.0001
0.0001
0.0606
0.6000
0.0150
25
23
14
18
53
8
8
30
8
140
200
210
52
148
22
2,500.00
2,070.00
193.20
270.00
18.55
40.00
0.80
330.00
40.00
1.40
2.00
2.10
400.40
4,292.00
22.00
20.16
18.94
1.74
1.53
0.12
1.00
0.08
25.50
0.25
0.01
0.02
0.02
3.15
88.80
0.33
0.02
0.0042
24
0.48
0.10
0.02
0.02
0.0067
0.0006
15
631
0.30
12.62
0.10
0.37
23
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
19
20
21
22
23
24
25
Laryngoscope
Endotracheal catheter # 2.5
Endotracheal catheter # 3
Endotracheal catheter # 3.5
MAGILL Clamps Infants 7"
MAGILL Clamps Childs 8"
Blood glucose meter + test strip
1.20
0.05
0.05
0.05
0.05
0.05
1.00
0.0300
0.0025
0.0025
0.0037
0.0058
0.0071
0.0010
28
40
40
27
17
14
24
33.60
2.00
2.00
1.35
0.85
0.70
24.00
0.84
0.10
0.10
0.10
0.10
0.10
0.02
26
Baby face oxygen mask Number 0
(prematures)
0.02
0.0021
49
0.98
0.10
27
Baby face oxygen mask Number 1
(newborns)
0.03
0.37
0.10
0.0024
0.0300
0.0010
42
30
977
1.26
11.01
97.70
0.10
0.90
0.98
1.50
10.00
0.0106
0.1250
7
8
10.50
80.00
0.07
1.00
3.25
0.35
1.50
0.0108
0.0011
0.0124
294
280
700
4,206
955.50
98.00
1,050.00
12,565.30
3.18
0.31
8.68
178.91
28 Airways cannula
29 Children nasal cannula
30
Hemoglobin Reader
(Hemoglubinometer)
31 Bilirubinometer – Jaundice Meter
32
Oxygen cylinders 2litres, standard
valve
33 Meter Tape
34 Digital Sphygmomanometer
Total:
24
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
3. Delivery location for medical equipment – Hospitals and MCH Store in Kigali
Warmin
g Units
or infant
radiant
(radiant
warmer)
Baby
incubato
r
Suctio
n
pump
Oxygen
concentrato
r
Pulse
Oxymete
r
Bubbl
e
CPAP
syste
m
CPAP
Accessorie
s
Syringe
Pump
(2
channel
)
Monito
r Vital
Signs
Phototherap
y goggles
sterile. Size:
Grand
premature
Phototherap
y goggles
sterile. Size:
Premature
Phototherap
y goggles
sterile. Size:
Newborn
Volumetri
c infusion
pump
Drug
Dispensar
y Trolley
Green
cloth and
mackintos
h for
mother
kangaroo
Baby face
mask
number 0
(prematures
)
Baby face
mask
number 1
(newborns
)
Hospital
Name
Kigeme
1
1
1
10
15
15
1
2
1
2
1
Kaduha
Kibagabag
a
1
2
1
10
15
15
1
2
1
2
1
1
1
Masaka
1
1
1
2
1
1
2
2
1
1
2
R.Rukoma
Rwamagan
a
1
1
1
Kiziguro
1
1
1
Ngarama
1
2
Nemba
1
1
Ruli
1
1
2
1
10
15
15
2
4
2
2
1
1
1
1
10
15
15
2
4
2
2
1
10
15
15
2
2
2
2
1
1
2
1
1
1
1
10
15
15
2
4
1
2
1
1
2
1
1
1
1
10
15
15
2
2
1
2
1
1
1
2
10
15
15
2
2
2
2
1
1
1
2
10
15
15
2
2
2
2
1
1
1
1
1
1
1
10
15
15
1
2
2
2
1
1
1
1
Nyagatare
1
2
1
1
2
1
1
1
1
10
15
15
2
2
2
1
1
Murunda
1
1
1
1
2
1
1
1
1
10
15
15
2
2
2
1
1
Rutungo
1
1
1
1
1
1
1
1
10
10
15
2
2
1
1
1
Gahini
1
2
1
1
2
10
10
15
2
2
1
1
1
5
5
4
4
10
1
10
N/A
N/A
4
18
N/A
kanombe
referal
hospital
MCH store
in Kigali
Rwanda
1
5
N/A
10
5
N/A
N/A
N/A
N/A
22
1
N/A
N/A
N/A
N/A
25
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
Laryngoscope
Endotracheal
catheter #
2.5
Endotracheal
catheter # 3
Endotracheal
catheter #
3.5
MAGILL
Clamps
Infants
7"
MAGILL
Clamps
Childs 8"
Blood
glucose
meter
+ test
strip
Baby face
oxygen
mask
Number 0
(prematures)
Airways
cannula
Children
nasal
cannula
15
1
2
2
1
1
1
1
3
2
40
1
Kaduha
15
1
2
2
2
1
1
1
3
2
40
1
Kibagabaga
20
2
4
4
2
2
1
2
4
3
50
1
1
1
Masaka
20
2
4
4
2
1
1
2
4
3
50
1
1
1
R.Rukoma
20
1
3
3
2
1
1
1
3
2
50
Rwamagana
20
2
4
4
2
1
1
2
4
2
40
1
1
Kiziguro
19
1
2
2
2
1
1
2
4
2
40
1
Ngarama
15
1
3
3
2
2
1
1
4
2
40
1
Nemba
15
1
2
2
2
2
1
1
3
2
40
1
Ruli
15
2
2
2
2
1
1
1
3
2
40
Nyagatare
15
2
4
4
2
1
1
1
3
2
40
1
Murunda
15
2
2
2
2
1
1
1
3
2
40
1
Rutungo
15
1
3
3
2
1
1
1
4
2
40
1
Gahini
kanombe
referal
hospital
MCH store
in Kigali
Rwanda
15
1
3
3
2
1
1
1
4
2
40
1
30
4
101
4
Suction
probes
Kigeme
Hemoglobin Reader
(Hemoglubinometer)
Bilirubinometer
– Jaundice
Meter
Oxygen
cylinders
2litres,
standard
valve
Hospital
Name
3
N/A
N/A
N/A
N/A
N/A
3
N/A
N/A
1
1
1
1
1
50
1
2
5
337
2
2
239
26
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
4. Delivery location for medical equipment – Health Centers and MCH Store in Kigali
HEALTH CENTRE
NAME
Butamwa HC
Cor num HC
Gahini HC
Gakenke HC
Gasange HC
Gatsibo HC
Gihinga HC
Gitoki HC
Gituku HC
Gituza HC
Humure HC
Jarama HC
Kabarore HC
Kamabuye HC
Kibungo HC
Masaka HC
Muhima HC
Muhura HC
Muyumbu HC
Drug Dispensary
Trolley
Baby face
oxygen
mask
Number 1
(newborns)
Suction
probes
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
2
2
2
2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Oxygen
cylinders
2litres,
standard
valve
Metal tape
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Digital
Sphygmomanometer
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
27
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
Mwogo HC
Ngarama HC
Nyagahanga HC
Nyagasambu HC
Nyagihanga HC
Nyakariro HC
Nzangwa HC
Nzige HC
Remera HC
Rubona HC
Rugarama HC
Ruhunda HC
Rukara HC
Rukoma sake HC
Rukumberi HC
Rwimbogo HC
Rwimitereri HC
Ryamanyoni HC
Sangaza HC
MCH store in Kigali
Rwanda
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
7
See Hospital
N/A List
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3
3
3
3
3
2
2
2
2
2
2
2
2
2
2
2
2
2
2
3
3
3
3
3
2
2
2
2
2
2
2
2
2
2
2
2
2
2
See
Hospital
N/A List
180
600
28
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP No. 15_051
Attachment 8: Proof of Delivery Form
DELIVERY NOTE
Facility Name:
District/Health :
Date of Delivery:
Time of Delivery:
Quantities of
Medical
Equipment
Allocated
Quantities of
Medical
Equipment
Received
Is the Medical
Equipment in Good
condition? (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: -----------------------------------------
29
Download