time and date will be considered late and will be

advertisement
August 10, 2016
Request for Proposals # RFP-WIG-00348
Monitoring and Evalution Data Collection
Dear Sir or Madam,
Chemonics Afghanistan Limited Management and Implementation Services (hereinafter referred to
as “Chemonics”), under the USAID Promote: Women in Government, USAID Contract No. AID-306TO-15-00044/AID-306-I-14-00012, is issuing a Request for Proposals (RFP) for Monitoring and
Evaluation Data Collection Support. The attached RFP contains all the necessary information for
interested Offerors.
USAID Promote: Women in Government project aims to increase and advance the number of women in
the Afghan Civil Service, thereby promoting a more inclusive government that is responsive to the needs
of the entire Afghan population, thus fostering a more democratic and stable state. USAID Promote:
Women in Government will establish an internship program for educated young women to gain entry into
the Afghan Civil Service and will make the operating environment safer for young women to work by
tackling sexual harassment, policy gaps, and work environment issues for female employees.
Chemonics invites companies or organizations interested in completing this work to submit their
proposals
to
USAID
Promote:
Women
in
Government
Subcontract
Team
at
subcontracts@promotewig.com by 4:00 PM on August 23, 2016. Offers received after the specified
time and date will be considered late and will be considered only at the discretion of Chemonics.
Chemonics realizes that Offerors may have additional questions after reading this RFP. Please submit
your questions a subcontracts@promotewig.com no later than August 16, 2016, and Chemonics will soon
thereafter provide answers to all relevant questions received in email and an amendment will be posted on
the ACBAR website on August 17, 2016.
This RFP does not obligate Chemonics to execute a subcontract nor does it commit Chemonics to pay any
costs incurred in the preparation and submission of the proposals. Furthermore, Chemonics reserves the
right to reject any and all offers, if such action is considered to be in the best interest of Chemonics.
Sincerely,
Subcontracts and Procurement Unit
USAID Promote: Women in Government
1
Request for Proposals
RFP # RFP-WIG-00348
For the provision of Monitoring and Evaluation Data Collection
Contracting Entity:
Chemonics Afghanistan Limited Management and Implementation Services
The Baron/Dreshak, Hawa Shanasi Road, Khawaja Rawash, Kabul, Afghanistan
Funded by:
United States Agency for International Development (USAID)
Funded under:
USAID Promote: Women in Government
Prime Contract Number
AID-306-TO-15-00044/AID-306-I-14-00012
***** ETHICAL AND BUSINESS CONDUCT REQUIREMENTS *****
Chemonics is committed to integrity in procurement, and only selects suppliers based on objective business criteria such as price
and technical merit. Chemonics expects suppliers to comply with our Standards of Business Conduct, available at
http://www.chemonics.com/OurStory/OurMissionAndValues/Pages/default.aspx.
Chemonics does not tolerate fraud, collusion among offerors, falsified proposals/bids, bribery, or kickbacks. Any firm or
individual violating these standards will be disqualified from this procurement, barred from future procurement opportunities,
and may be reported to both USAID and the Office of the Inspector General.
Employees and agents of Chemonics are strictly prohibited from asking for or accepting any money, fee, commission, credit, gift,
gratuity, object of value or compensation from current or potential vendors or suppliers in exchange for or as a reward for
business. Employees and agents engaging in this conduct are subject to termination and will be reported to USAID and the Office
of the Inspector General. In addition, Chemonics will inform USAID and the Office of the Inspector General of any supplier
offers of money, fee, commission, credit, gift, and gratuity, object of value or compensation to obtain business.
Offerors responding to this RFP must include the following as part of the proposal submission:

Disclose any close, familial, or financial relationships with Chemonics or project staff. For example, if an offeror’s cousin is
employed by the project, the offeror must state this.

Disclose any family or financial relationship with other offerors submitting proposals. For example, if the offeror’s father
owns a company that is submitting another proposal, the offeror must state this.

Certify that the prices in the offer have been arrived at independently, without any consultation, communication, or
agreement with any other offeror or competitor for the purpose of restricting competition.

Certify that all information in the proposal and all supporting documentation are authentic and accurate.

Certify understanding and agreement to Chemonics’ prohibitions against fraud, bribery and kickbacks.
Please contact the USAID Promote: Women in Government project through ragner@promotewig.com with any questions or
concerns regarding the above information or to report any potential violations. Potential violations may also be reported directly
to Chemonics at to BusinessConduct@chemonics.com or by phone/Skype at 888.955.6881.
2
RFP Table of Contents
List of Acronyms
Section I
Instructions to Offerors
I.1
I.2
I.3
I.4
I.5
I.6
I.7
I.8
I.9
I.10
I.11
Introduction
Offer Deadline
Submission of Offers
Requirements
Source of Funding and Geographic Code
Chronological List of Proposal Events
Validity Period
Evaluation and Basis for Award
Negotiations
Terms of Subcontract
Privity
Section II Background, Scope of Work, Deliverables, and Deliverables Schedule
II.1.
II.2.
II.3.
II.4.
Background
Scope of Work
Deliverables
Deliverables Schedule
Section III Firm Fixed Price Subcontract (Terms and Clauses)
Annex 1
Annex 2
Annex 3
Annex 4
3
Sample Proposal Cover Letter
Guide to Creating Financial Proposal and Sample Budget
Required Certifications
DUNS and SAM Registration Guidance
List of Acronyms
CFR
CO
COP
COR
CV
FAR
M&E
NICRA
NGO
RFP
SAF
U.S.
USAID
USAID/Afghanistan
USG
VAT
SOPs
4
Code of Federal Regulations
USAID Contracting Officer
Chief of Party
USAID Contracting Officer’s Representative
Curriculum Vitae
Federal Acquisition Regulations
Monitoring and Evaluation
Negotiated Indirect Cost Rate Agreement
Nongovernmental organization
Request for Proposals
Strategic Activities Fund
United States
United States Agency for International Development
USAID Mission in Afghanistan
United States Government
Value Added Tax
Standard operating procedures
Section I.
I.1.
Instructions to Offerors
Introduction
Chemonics, the Buyer, acting on behalf of the U.S. Agency for International Development (USAID) and
the USAID Promote: Women in Government project, under contract number AID-306-TO-1500044/AID-306-I-14-00012 is soliciting offers from companies and organizations to submit proposals to
participate with the project to carry out a Monitoring and Evaluation (M&E) Data Collection.
The USAID Promote: Women in Government project aims to increase and advance the number of women
in the Afghan civil service, thereby promoting a more inclusive government that is responsive to the
needs of the entire Afghan population, thus fostering a more democratic and stable state. USAID
Promote: Women in Government will establish an internship program for educated young women to gain
entry into the Afghan civil service and will make the operating environment safer for young women to
work by tackling sexual harassment, policy gaps, and work environment issues for female employees.
Chemonics will issue award to one company or organization. The award will be in the form of a firm
fixed price subcontract (hereinafter referred to as “the subcontract”. The successful Offeror shall be
required to adhere to the statement of work and terms and conditions of the subcontract, which are
incorporated in Section III herein.
Offerors are invited to submit proposals in response to this RFP in accordance with Section I
Instructions to Offerors, which will not be part of the subcontract. The instructions are intended to assist
interested Offerors in the preparation of their offer. Any resulting subcontract will be guided by Sections
II and III.
This RFP does not obligate Chemonics to execute a subcontract nor does it commit Chemonics to pay any
costs incurred in the preparation and submission of the proposals. Furthermore, Chemonics reserves the
right to reject any and all offers, if such action is considered to be in the best interest of Chemonics.
Unless otherwise stated, the periods named in the RFP shall be consecutive calendar days.
I.2.
Offer Deadline
Offerors shall submit their offers electronically only.
Emailed offers must be received by 4:00 pm on August 21, 2016 at the following email address:
Subcontracts Team
Sulaiman Raqeeb, Subcontracts and Procurement Manager
subcontracts@promotewig.com
Faxed offers will not be considered.
Offerors are responsible for ensuring that their offers are received in accordance with the instructions
stated herein. Late offers may be considered at the discretion of Chemonics. Chemonics cannot guarantee
that late offers will be considered.
5
I.3
Submission of Offers
Proposals must be submitted electronically only.
A.
Instructions for the Submission of Electronic Copies
Separate technical and cost proposals must be submitted by email no later than the time and date specified
in I.2. The proposals must be submitted to the point of contact designated in I.2.
The Offeror must submit the proposal electronically with up to 3 attachments (5 MB limit) per email
compatible with MX Word, MS Excel, readable format, or Adobe Portable Document (PDF) format in a
Microsoft XP environment. Offerors must not submit zipped files. Those pages requiring original manual
signatures should be scanned and sent in PDF format as an email attachment.
The technical proposal and cost proposal must be kept separate from each other. Technical proposals must
not make reference to pricing data in order that the technical evaluation may be made strictly on the basis
of technical merit.
I.4.
Requirements
To be determined responsive, an offer must include all of documents and sections included in I.4.A and
I.4.B.
A.
General Requirements
Chemonics anticipates issuing a subcontract to a company or organization, provided it is legally
registered and recognized under the laws of Afghanistan and is in compliance with all applicable civil,
fiscal, and other applicable regulations. Such a company or organization could include a private firm,
non-profit, civil society organization, or university.
Companies and organizations that submit proposals in response to this RFP must meet the following
requirements:
(i) Companies or organizations, whether for-profit or non-profit, must be legally registered under the
laws of Afghanistan upon award of the subcontract.
(ii) Firms operated as commercial companies or other organizations or enterprises (including nonprofit
organizations) in which foreign governments or their agents or agencies have a controlling interest are
not eligible as suppliers of commodities and services.
(iii) Companies or organizations must have a local presence in Afghanistan at the time the subcontract is
signed.
(iv) Companies or organizations, whether for-profit or non-profit, shall be requested to provide a DUNS
number if selected to receive a subaward valued at USD$30,000 or more, unless exempted in
accordance with information certified in the Evidence of Responsibility form included in the required
certifications in Annex 3.1
1
If Offeror does not have a DUNS number and is unable to obtain one before proposal submission deadline, Offeror
shall include a statement in their Evidence of Responsibility Statement noting their intention to register for a DUNS
number should it be selected as the successful offeror or explaining why registration for a DUNS number is not
possible. Contact Dun & Bradstreet through this webform to obtain a number: https://fedgov.dnb.com/webform
Further guidance on obtaining a DUNS number is available from Chemonics upon request.
6
Offerors may present their proposals as a member of a partnership with other companies or organizations.
In such cases, the subcontract will be awarded to the lead company in the partnership. The leading
company shall be responsible for compliance with all subcontract terms and conditions and making all
partnership arrangements, including but not limited to division of labor, invoicing, etc., with the other
company (ies). A legally registered partnership is not necessary for these purposes; however the different
organizations must be committed to work together in the fulfillment of the subcontract terms.
B.
Required Proposal Documents
1. Cover Letter
The offeror’s cover letter shall include the following information:
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
xi.
Name of the company or organization
Type of company or organization
Address
Telephone
Fax
E-mail
Full names of members of the Board of Directors and Legal Representative (as appropriate)
Taxpayer Identification Number
DUNS Number
Official bank account information
Other required documents that shall be included as attachments to the cover letter:
2. Cover letter attachments
a) Copy of Business license registration
b) Copy of company tax registration, or equivalent document
c) Evidence of Responsibility Statement, whereby the offeror certifies that it has sufficient
financial to complete the activity described in the scope of work, or the ability to obtain such
resources. The evidence shall be copy of the recent balance sheet (audited) and bank
statement. This statement is required by the Federal Acquisition Regulations in 9.104-1. A
template is provided in Annex 3 “Required Certifications”.
A sample cover letter is provided in Annex 1 of this RFP.
3. Technical Proposal
The technical proposal shall comprise the following parts:
Part 1: Technical Approach, Methodology and Detailed Work Plan
a) Technical Approach and Methodology: The offeror shall provide a technical approach and
methodology that includes detailed activities, and timeline to fulfill the requirement of executing
the scope of work effectively. There should be a detailed discussion of M&E approaches,
methodologies and tools used to carry out SOW. The offeror shall also demonstrate their
knowledge and experience related to data collection as required by the scope of work. This part
shall be between 5 and 15 pages long, but may not exceed 15 pages.
7
b) Detailed Workplan: The offeror shall provide a detailed workplan that shall include the
timeline, timeliness of outputs, appropriate sequencing of the activities, and appropriate allocation
of the tasks relevant to the staff.
Part 2: Management, Key Personnel, and Staffing Plan. This part shall be between 2 and 5 pages
long, but may not exceed 5 pages. The Offeror shall provide the following information and documents:
a) Key Personnel Qualifications: The offeror shall provide a brief description demonstrating the
experience, and capabilities of the key staff to carry out the scope of work.
Offerors shall propose staff for the following minimum key personnel positions necessary for the
implementation of the scope of work:




M&E Director
Lead Statistician
M&E Manager
M&E Officer
The key staff shall have the following minimum qualifications:
i. M&E Director: social sciences bachelor degree, required master degree preferred; at least 710 years of experience in M&E and conducting qualitative and quantitative analysis;
experience developing survey questioners, surveys and data collection, assistance with
monitoring plans and indicators, knowledge dissemination and public outreach and
performance management; strong analytical skills advanced knowledge of M&E data analysis
software, such as SPSS, Stata, and Excel; experience in monitoring and evaluating gender
programming preferred; knowledge of local languages, Pashto and Dari.
ii. Lead Statistician: bachelor degree in statistics or relevant social science field is required
Master degree preferred; at least 5 years of experience in advanced stasticial analyses;
advanced knowledge and familiarity with data analysis software, such as SPSS, Stata, and
Excel; knowledge of local languages, Pashto and Dari, experience leading effective teams
and motivating team members. Collaborate with other functions to resolve issues and
improve efficiency.
iii. M&E Manager: relevant degree in social sciences and at least 5 years of experience in
monitong and evaluation, reporting and knowledge management; bachelor degree required;
advanced knowledge of M&E data analysis software, such as SPSS, Stata, and Excel;
knowledge of local languages, Pashto and Dari
iv. M&E Officer: bachelor degree degree in social sciences required and at least 3 years of
experience in M&E, reporting, and knowledge management;proficient in M&E data analysis
software, such as SPSS, Stata, and Excel; knowledge of local languages, Pashto and Dari
USAID Promote: Women in Government recommends the subcontractor’s staffing plan to include, but
not limited to, the following positions: Project Manager, Data Manager, as well as data
analysts/statisticians.
8
The specified positions (M&E Director, Lead Statistician, M&E Manager, and M&E Officer) will be
considered key personnel. The offeror must make no diversion or replacement of key personnel without
Chemonics concurrence and written consent. Before removing, replacing or diverting any of the listed key
personnel, the offeror must: (1) notify Chemonics reasonably in advance and; (2) submit justification
(including proposed substitutions) in sufficient detail to permit evaluation of the impact on this award;
and (3) receive written approval from Chemonics for the proposed personnel change.
The subcontractor shall also propose 50% male and 50% female enumerators to the extent possible to
complete the data collection process in accordance with the proposed schedule outlined in the deliverables
table below. Enumerators shall be provided sufficient training regarding the goals and objectives of the
survey, in-depth review of survey instruments, data gathering practices, ethical issues, data quality
mechanisms, logistics, and pilot testing the survey administration to ensure quality information is
received from the field survey administration.
Please note: The subcontractor shall propose 50% female enumerators to collect information from female
interns, government officials, and local stakeholders.
b) Staffing Plan: The offeror shall provide a logical work chart to carry out the proposed work plan.
The work plan shall also include the description of roles and responsibilities of each proposed
staff. The plan must include at least 10 data enumerators to collect and enter data, of which, 50%
should be female. The plan must also describe how key personnel will onboard and train
enumerators.
c) CVs of Key Personnel: The CVs for key personnel shall be attached in an annex to the technical
proposal; this will not count against the page limit.
Part 3: Corporate Capabilities, Experience, and Past Performance. This part shall be between 2 and 7
pages long, but may not exceed 7 pages.
The offeror shall provide the following documents and information:
a) Company Background: The offeror shall demonstrate company’s background in M&E data
collection. The minimum required in M&E data collection background is five (5) years of
experience. Additionally, the offeror must include a description of the company and organization,
with appropriate reference to any parent company and subsidiaries.
b) Experience of Company specific to SOW: The offeror shall provide a list of their experience
particularly for the following sections.
i.
Women’s empowerment;
ii.
Gender equity;
iii.
Previous baseline design and implementation experience working with GIRoA
on result-based or policy based performance;
iv.
Previous experience collecting data in districts and provinces prone to high levels
of insecurity, especially Kandahar and Jalalabad.
d) International Donor Experience: The offeror shall provide list of previous experience working
on internationally funded programs in M&E, preferably for USAID or for USAID-funded
projects. Offerors must include details demonstrating their experience and technical ability in
implementing the technical approach/methodology and the detailed work plan. The minimum
information required in this part are nature or description of project, budget, location, period of
performance, contact details of the client.
9
e) Past Performance References of Similar work: Offerors must include 3 past performance
references of similar work (under contracts or subcontracts) previously implemented as well as
contact information for the companies for which such work was completed. Contact information must
include at a minimum: name of point of contact who can speak to the offeror’s performance, name
and address of the company for which the work was performed, and email and phone number of the
point of contact. Chemonics reserves the right to check additional references not provided by an
offeror. See Annex 4 for a sample cost structure.
The sections of the technical proposal stated above must respond to the detailed information set out in
Section II of this RFP, which provides the background, states the scope of work, describes the
deliverables, and provides a deliverables schedule.
4. Cost Proposal
The cost proposal is used to determine which proposals represent the best value and serves as a basis of
negotiation before award of a subcontract.
The price of the subcontract to be awarded will be an all-inclusive fixed price. No profit, fees, taxes, or
additional costs can be added after award. Nevertheless, for the purpose of the proposal, offerors must
provide a detailed budget showing major line items, e.g. salaries, allowances, travel costs, other direct
costs, indirect rates, etc., as well as individual line items, e.g. salaries or rates for individuals, different
types of allowances, rent, utilities, insurance, etc. Offers must show unit prices, quantities, and total price.
All items, services, etc. must be clearly labeled and included in the total offered price. All cost
information must be expressed in Afghan currency (AFN). See Annex 2 for a sample cost structure.
Offerors must assess and include in their total cost proposal the Business Receipt Tax (BRT) or any
Other tax required by Afghanistan income tax law. Chemonics will not allow an awarded entity to add
Taxes (including BRT taxes) or any previously unanticipated costs to the budget after an award is made.
Pursuant to Article 72 of the Afghanistan Income Tax Law, Chemonics is required to withhold taxes from
The gross amounts payable to all Afghan subcontractors. In accordance with this requirement, should an
Award be made to a successful offeror and an agreement is successfully negotiated with that offeror,
Chemonics will withhold two percent (2%) tax from the entity’s gross invoices if the entity is in
Possession of an active business license issued by any of the following entities - the Ministry of
Commerce and Industry, Afghanistan Investment Support Agency (AISA), Ministry of Information and
Culture, Ministry of Education or Ministry of Public Health - at the time the awarded entity submits
Invoices for payment, and the invoices are successfully reviewed and approved by Chemonics. If the
Entity provides services contrary to approved by-laws or it does not possess a business license issued by
Any of the aforementioned public entities, but possesses licenses issued by other local or national
Government entities or municipalities, Chemonics will in this case withhold a seven percent (7%) fixed
Tax on the gross amount payable to the awarded entity, subject to Chemonics’ review and approval of the
Subcontractor’s invoices. In either case, this tax is withheld by Chemonics from the gross amount payable
to the awarded entity and subsequently remitted to the Ministry of Finance. Chemonics will maintain
records of all of such remittances.
Because USAID Promote: Women in Government is a USAID funded project and is implemented under a
bilateral agreement between the Afghan Government and the U.S. Government, offerors must not include
VAT and customs duties in their cost proposal. If tax exempt, offerors shall provide a copy of their
10
exemption certification as part of their proposal package. USAID has provided an exemption letter to this
effect, a copy of which is included in Annex A.
The cost proposal shall also include a budget narrative that explains the basis for the estimate of every
cost element or line item. Supporting information must be provided in sufficient detail to allow for a
complete analysis of each cost element or line item. Chemonics reserves the right to request additional
cost information if the evaluation committee has concerns of the reasonableness, realism, or completeness
of an offeror’s proposed cost.
If it is an offeror’s regular practice to budget indirect rates, e.g. overhead, fringe, G&A, administrative, or
other rate, Offerors must explain the rates and the rates’ base of application in the budget narrative.
Logistics will be solely the responsibility of the subcontractor Chemonics reserves the right to request
additional information to substantiate an Offeror’s indirect rates.
Under no circumstances may cost information be included in the technical proposal. No cost information
or any prices, whether for deliverables or line items, may be included in the technical proposal. Cost
information must only be shown in the cost proposal.
I.5.
Source of Funding, Authorized Geographic Code, and Source and Origin
Any subcontract resulting from this RFP will be financed by USAID funding and will be subject to U.S.
Government and USAID regulations.
All goods and services offered in response to this RFP or supplied under any resulting award must meet
USAID Geographic Code 937 in accordance with the United States Code of Federal Regulations (CFR),
22 CFR §228, available at: http://www.gpo.gov/fdsys/pkg/CFR-2012-title22-vol1/pdf/CFR-2012-title22vol1-part228.pdf.
The cooperating country for this RFP is Afghanistan.
Offerors may not offer or supply any products, commodities or related services that are manufactured or
assembled in, shipped from, transported through, or otherwise involving any of the following countries:
Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria. Related services include incidental
services pertaining to any/all aspects of this work to be performed under a resulting contract (including
transportation, fuel, lodging, meals, and communications expenses).
I.6.
Chronological List of Proposal Events
The following calendar summarizes important dates in the solicitation process. Offerors must strictly
follow these deadlines.
RFP announcement
RFP published
Deadline for offerors’ written questions
Answers provided to offerors’ questions/clarifications
Proposal due date
Subcontract award (estimated)
August 10, 2016
August 10, 2016
August 16, 2016
August 17, 2016
August 23, 2016 at 4:00 p.m.
September 20, 2016
The dates above may be modified at the sole discretion of Chemonics. Any changes will be published in
an amendment to this RFP.
11
Written Questions and Clarifications. All questions or clarifications regarding this RFP must be in
writing and submitted to subcontract@promotewig.com by August 9, 2016 at 04:00 pm. Questions and
requests for clarification, and the responses thereto, will be circulated to all RFP recipients who have
indicated an interest in this RFP.
Only written answers from Chemonics will be considered official and carry weight in the RFP process
and subsequent evaluation. Any answers received outside the official channel, whether received verbally
or in writing, from employees or representatives of Chemonics International, the USAID Promote:
Women in Government project, or any other party, will not be considered official responses regarding this
RFP.
Proposal Submission Date. All proposals must be received by August 21, 2016 at 4:00 pm. Late offers
will be considered at Chemonics’ sole discretion.
Oral Presentations. Chemonics reserves the option to have select offerors participate in oral
presentations with the technical evaluation committee. Interviews may consist of oral presentations of
offerors’ proposed activities and approaches. Offerors should be prepared to give presentations to the
technical evaluation committee at the USAID Promote: Women in Government office within 2 days of
receiving notification.
Subcontract Award (estimated). Chemonics will select the proposal that offers the best value based
upon the evaluation criteria stated in this RFP.
I.7.
Validity Period
Offerors’ proposals must remain valid for 60 calendar days after the proposal deadline.
I.8.
Evaluation and Basis for Award
The preliminary examination of offers serves to determine whether the proposals meet the general
procedural requirements of the RFQ/RFP. The purpose of this examination is to eliminate any offers from
further and more complicated consideration if they do not meet the minimum standards as defined in the
RFQ/RFP. In order to qualify for the evaluation stage, offerors shall consider the following:

The proposal shall contains all required documents as mandated by RFP page 7 B. Required
proposal documents. Template in Annex 5 will be used to determine responsiveness.
The preliminary examination stage of proposal evaluation described above is aimed at making sure that
the offers received are substantially responsive. A substantially responsive offer is one that conforms to
all the terms, conditions and specifications in the RFQ/RFP without material deviations, reservation, or
omission.
a) Basis of Award
An award will be made to the offeror whose proposal is determined to be responsive to this solicitation
document, meets the eligibility criteria stated in this RFP, meets the technical, management/personnel,
and corporate capability requirements, and is determined to represent the best value to Chemonics. Best
value will be decided using the trade-off process.
This RFP will use the tradeoff process to determine best value. That means that each proposal will be
evaluated and scored against the evaluation criteria and evaluation sub-criteria, which are stated in the
12
table below. Cost proposals are not assigned points, but for overall evaluation purposes of this RFP,
technical evaluation factors other than cost, when combined, are considered significantly more important
than cost factors. If technical scores are determined to be equal or nearly equal, cost will become the
determining factor.
In evaluating proposals, Chemonics will use the following evaluation criteria and sub-criteria:
Evaluation Criteria
Evaluation Sub-criteria
Maximum
Points
30 points
Technical Approach, Methodology, and Detailed Work Plan
Technical Approach and Methodology – Does the proposed program approach and detailed
activities and timeline fulfill the requirements of executing the scope of work effectively
and efficiently? Is there a detailed discussion of M&E data analysis tools used to carry out
scope of work. Does the proposal demonstrate the offeror’s knowledge related to data 20 points
collection processes, systems, and analysis as required by the scope of work? Does the
scope of work include qualitative and quantative evaluation methodologies?
Detailed Work Plan – Does the work plan discuss the timeline and timeliness of outputs;
appropriate sequencing of activities; appropriate allocation of tasks to relevant staff? Does
10 points
the work plan include activities to train enumerators?
Management, Key Personnel, and Staffing Plan
40 points
Key Personnel Qualifications – Do the proposed team members have the necessary
experience and capabilities to carry out the scope of work, as outlined in Part 2, Section A30 points
Key Personnel?
Staffing Plan - Does the staffing plan sufficiently lay out a strategy for delivering work plan
deliverables, clear reporting lines, and describe the roles and responsibilities of proposed
10 points
staff?
Corporate Capabilities, Experience, and Past Performance
Company Background - Does the company have relevant experience in data collection
design and implementation? Does the company have a minimum of five years related
experience?
M&E Data Collection - Does the company have M&E experience in women’s
empowerment and gender equity; experience working with GIRoA on results-based or
policy-based performance?
International Donor Experience – Does the company have previous experience working
internationally funded programs in M&E, preferably USAID or USAID-funded?
30 points
10 points
15 points
5 points
Evaluation points will not be awarded for cost. Cost will primarily be evaluated for realism and
reasonableness. If technical scores are determined to be nearly equal, cost will become the determining
factor.
This RFP utilizes the tradeoff process set forth in FAR 15.101-1. Chemonics will award a subcontract to
the offeror whose proposal represents the best value to Chemonics and the USAID Promote: Women in
Government project. Chemonics may award to a higher priced offeror if a determination is made that the
higher technical evaluation of that offeror merits the additional cost/price.
13
I.9
Negotiations
Best offer proposals are requested. It is anticipated that a subcontract will be awarded solely on the basis
of the original offers received. However, Chemonics reserves the right to conduct discussions,
negotiations and/or request clarifications prior to awarding a subcontract. Furthermore, Chemonics
reserves the right to conduct a competitive range and to limit the number of offerors in the competitive
range to permit an efficient evaluation environment among the most highly-rated proposals. Highest-rated
offerors, as determined by the technical evaluation committee, may be asked to submit their best prices or
technical responses during a competitive range. At the sole discretion of Chemonics, offerors may be
requested to conduct oral presentations. If deemed an opportunity, Chemonics reserves the right to make
separate awards per component or to make no award at all.
I.10.
Terms of Subcontract
This is a request for proposals only and in no way obligates Chemonics to award a subcontract. In the
event of subcontract negotiations, any resulting subcontract will be subject to and governed by the terms
and clauses detailed in Section III. Chemonics will use the template shown in section III to finalize the
subcontract. Terms and clauses are not subject to negotiation. By submitting a proposal, offerors certify
that they understand and agree to all of the terms and clauses contained in section III.
I.11.
Privity
By submitting a response to this request for proposals, offerors understand that USAID is NOT a party to
this solicitation.
14
Section II
Background, Scope of Work, Deliverables, and Deliverables Schedule
II.1 Background
The purpose of the USAID Promote: Women in Government project is to increase and advance the
number of women in the Afghan Civil Service, thereby promoting a more inclusive government that is
responsive to the needs of the entire Afghan population, thus fostering a more democratic and stable state.
USAID Promote: Women in Government will establish an internship program for educated young women
to gain entry into the Afghan Civil Service and will make the operating environment safer for young
women to work by tackling sexual harassment, policy gaps, and work environment issues for female
employees.
USAID Promote Women in Government has three components as are briefly described below:



Facilitate women’s entry into decision-making roles in government service: Establish an
internship program for at least 3,000 educated young women to gain entry into the Afghan civil
service.
Encourage a hospitable environment for female staff working in the government: Ensure safe
workspaces for young women to work by tackling sexual harassment, discrimination, and policy
gaps that affect women.
Increase local stakeholder support for women in government: Reach out to local stakeholders on
an individual and mass level.
The project activities are guided by the following strategic objective and immediate results:
Development Objective: Gains in Health, Education, and the Empowerment of Women Maintained
and Enhanced
Immediate Result 1: Women’s Equality and Empowerment Increased
Proportion of target population reporting increased agreement with the concept that males
and females should have equal access to social, economic, and political opportunities.
Proportion of females who report increased self-efficacy at the conclusion of U.S.
Government supported training/programming
Sub Immediate Result 1.1: Women’s Contribution to Afghanistan’s Economy, Government, and Civil
Society Increased
Proportion of female participants in USG-assisted programs designed to increase access to
productive economic resources (assets, credit, income or employment)
Sub Immediate Result 1.2: Gender Policy Implementation Strengthened
Number of laws, policies, or procedures drafted, proposed or adopted to promote gender
equality at the regional, national or local level
Sub Immediate Result 1.3: Afghan Perceptions toward Women’s Inclusiveness Improved
Percentage of target population that views Gender-Based Violence (GBV) as less acceptable
after participating in or being exposed to USG programming
Through the advancement of these objectives, USAID Promote: Women in Government aims to achieve
the following results:


15
70 percent of females employed by the GIRoA within 24 months of finishing the USAID
Promote: Women in Government internship.
75 percent of reforms made to GIRoA agency workplace policies are those which benefit and
protect female employees.

50 percent gain in the number of local stakeholder supporters for women working outside the
home.
According to the USAID/Afghanistan Mission Results Framework, USAID Promote: Women in
Government falls under Development Objective 2: Gains in Health, Education, and the Empowerment of
Women Maintained and Enhanced; and Intermediate Result 2.3: Women’s Equality and Empowerment
Increased. While the project is designed as a standalone project, the project team will work to reinforce
the goals and objectives of the other three activities under the Promote umbrella and the overall
USAID/Afghanistan Development Objective 2 goal.
The project’s results framework is derived from the project’s overall goal and three objectives outlined in
the contract. The project’s intermediate results (PIRs) are structured to demonstrate how each activity
contributes to the overall Promote program goal. The project’s three components are inextricably
integrated and interdependent in order to achieve an increased level of opportunity for women in the
Afghan civil service. Within this integrated framework, the project will build on existing government
structures, systems, and procedures to implement the internship program, deliver training to interns and
mentors, and assist with policy reform measures at the national and subnational levels.
16
II.2 Scope of Work
The Offeror shall assist with designing and implementing tailored monitoring and evaluation (M&E)
data collection activities for the USAID Promote: Women in Government project. The overall
objective of this subcontract is to provide survey data collection services and M&E technical support
to the Contractor. The Offeror will work with the Contractor to develop survey instruments that focus
on changes to attitudes and behaviors among the following groups: participating interns, participating
mentors, government staff, and local stakeholders. The local stakeholders are members of the local
community that may either influence or benefit from the USAID Promote: Women in Government
program and its goals including university representatives, religious leaders and community leaders.
The Offeror will execute the developed surveys each year and will utilize the data collected to
measure key changes and effectiveness of the USAID Promote: Women in Government project in
Kabul, Mazar-e-Sharif, Herat, Jalalabad, and Khandahar.
In coordination with the USAID Promote: Women in Government M&E Manager and Assistant, the
Offeror will be responsible for the entire process of data collection for the project indicators. The
Offeror will develop the necessary data collection instruments, methodologies, and management
protocols necessary to capture data according to the reporting schedule for each indicator.
Furthermore, as required by the indicators, the Offeror will be responsible for conducting necessary
surveys among target beneficiary groups. This includes, but is not limited to, developing data
collection methodologies, sampling methods, recruitment and training of enumerators, and
oversight/quality assurance of the data collection process. Moreover, the Offeror will be responsible
for capturing data related to program results and monitoring progress against project goals and
indicators. Activity partners will assist the Offeror in collecting data within their spheres of
intervention.
The Offeror will execute the data collection process and utilize data collected for each of the
following indicators
1- Proportion of female beneficiaries employed at GIRoA within 24 months of completion of
USAID Promote: Women in Government Internship
2- Number of graduates who complete the USAID Promote: Women in Government Internship
Program
3- Proportion of female beneficiaries who report increased self-efficacy at the conclusion of U.S.
government supported training/programming
4- Percentage of beneficiaries who say they are applying work or life skills in their personal or
professional lives on year after completing USAID Promote: Women in Government
work/life skills training
5- Percentage of target population that views Gender-Based Violence (GBV) as less acceptable
after participating in or being exposed to USG programming
6- Percentage increase in the number of female staff hired at USAID Promote: Women in
Government-targeted ministries
7- Number of mentors who report increase capacity to manage and mentor staff at the conclusion
of the U.S. government supported training/programming
8- Number of mentors who participated in professional development growth planning for their
staff at the conclusion of mentor training.
9- Proportion of female participants in USG-assisted programs designed to increase access to
productive economic resources
10- Percentage of reforms made to the Government of the Islamic Republic of Afghanistan
(GIRoA) agency workplace policies that benefit and protect female employees
11- Percentage of government line staff reporting increased awareness of gender-related
policies/regulations
12- Number of laws, policies or procedures drafted, proposed or adopted to promote gender
equality at the regional, national or local level
Chemonics Doc No: FO.PROC.FT.002, Rev. 002 12/30/2014
Subcontract No. [enter subcontract number]
Page 18 of 49
13- Percentage of female government line staff who report that regulations, protocols, or
procedures that were obstacles to a hospitable workplace for women in government have
improved
14- Percentage change in the number of local stakeholders who support women employed outside
the home
15- Proportion of target population who report increased agreement with the concept that women
are effective in decision-making roles within government
16- Number of innovative media campaigns conducted that encourage behavior change toward
the inclusion of women in decision-making authority
17- Number of leaders or champions who participate in outreach events to promote women’s
empowerment and rights
18- Proportion of target population that reporting increased agreement with the concept that males
and females should have equal access to social, economic and political opportunities
19- Proportion of interns joined the project due to exposure through USAID Promote: Women in
Government media campaigns
II.3 Deliverables
The successful offeror shall deliver to Chemonics the following deliverables, in accordance with the
schedule set forth in II.4 below.
Deliverable No. 1: Development/Revision of data collection tools
Following a desk review of the existing tools and baseline report developed by the project, the Offeror
will develop/revise questionnaires and surveys to measure the achievement of each of the indicators
developed by the project. The Offerer will draft and finalize the requisite tools which may include but
are not limited to survey instruments, focus group guides, and individual and key informant interview
questions. These data collection tools must be approved by the Contractor.
Deliverable No. 2.a.: Develop data collection plan
The Offeror shall develop a detailed data collection plan and sampling methodology, quality
assurance protocols, work plan, schedule of activities, and level of effort needed to complete each data
collection activity based upon a review of existing data sets from USAID, GIRoA, and other relevant
parties as necessary. The Contractor will approve the plan and methodology provided. The data
collection plan shall outline how resources will be managed by the Offeror and how the Offeror will
train the data collection team on the data collection methodology and ethicals considerations. In
addition, the data collection plan should determine the sample size of the target population. The data
collection plan should also detail how the contractor will take special considerations to reach women
and take in account cultural sensitivities related to project programming. The Offeror will conduct a
presentation for the Contractor to demonstrate the tools that will be utilized and methodologies
supporting the plan. The training guides and standard operating procedures (SOPs) for data collection
will be provided to the Contractor’s M&E team.
Deliverable No. 2.b.: Coordination plan with GIRoA Entities
The subcontractor shall submit a coordination plan that will detail the steps that the subcontractor
shall undertake to ensure that GIRoA partners and representatives are fully engaged and briefed on all
aspects of the baseline assessment. The subcontractor shall, at a minimum, outline a coordincation
plan to include the following measures:
i. GIRoA data collection and sharing processes
ii. Baseline assessment protocol and dissemination to GIRoA partners
iii. Communication plan with GIRoA entities, including proposed points of contact
iv. Informed consent form for GIRoA entities
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 19 of 49
Deliverable No. 3: Questionnaire field testing report
The data collection tools developed/revised under Deliverable No. 1 will be tested with a sample
group size of at least five individuals from each stakeholders group outlined in the scope of work. The
results of the testing will be analyzed and consolidated in to a written report that will be provided to
the USAID Promote: Women in Government M&E team.
The report should include:
1. A discussion on of the questionnaire design, methodology and evaluation process and final analysis
and key findings.
2. Questionnaire evaluation methods
3. Field test methodology
4. A case study of field testing in practice
5. Analysis of key findings
Deliverable No. 4: Field data collection
The Offeror shall be responsible for recruiting, training, and managing data collection staff. The
Offeror shall conduct field visits on a monthly and quarterly basis particularly in the provinces
identified by the Contractor to monitor implementation and ensure accurate data collection and
reporting. In addition, the Offerer will conduct annual project beneficiaries and societal perception
surveys in the operating provinces of Kabul, Mazar, Herat, Jalalabad, and Kandahar to measure the
change over the specific indicators outlined in the Activity Monitoring and Evaluation Plan (AMEP).
The Offeror shall provide documentation including photos, trip reports, and other documentation of
surveys and site visits. The Offeror will be responsible to deliver the following:







Following field visits, detailed documentary evidence of the site visits shall be provided by
the Offeror. Documentary evidence can include one or a combination of photos, videos, sound
recording, attendance sheets, raw data or enumerators trip reports
The Offeror shall ensure that data submitted meets USAID data quality standards and take
necessary actions to resolve data quality issues identified by project staff
The Offeror shall coordinate data collection efforts with Contractor to ensure proper data
collection protocols are followed
Enter data in compatible reporting template(s) provided by Contractor
Based on data collected, draft regular reports containing indicator values with associated
analysis for inclusion by the Contractor in the project quarterly, biannual, and annual reports
Recruit and train enumerators/data collection staff
Supervise data collection by enumerators following quality assurance protocols
Deliverable No. 5: Raw data submission
Upon completion of the field data collection services, the Offeror shall provide the original raw data
collected in form of datasheets with the entered data in SPSS along with the hard copies of
documents.
The Offerer will submit the raw data to the Contractor in form of documents and the entered data into
datasheets and will also deliver the following


Oversee data entry of the surveys into agreed upon format
Provide all documentation including photos, trip reports, hard copy surveys and other
documentation of site visits
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 20 of 49
The Offerer will submit the entered data in the Excel and SPSS formats in addition to the original raw
data documents’ submission
Deliverable No. 6: Data analysis plan
The Offeror shall submit a data analysis plan to the Contractor detailing how the Offeror will extract
and disaggregate information from the collected data including how the charts, tables and graphs will
be provided to the Contractor. In addition, how the analysis responds to the indicators’ data
disaggregation of beneficiaries’ sex, age, home province, employment grade, employer, internship
ministry, educational level, internship province, implementation province, implementation ministry,
reform type, Ministry name, category (regional, national, or local level) category ( law, policy, or
procedure), campaign province(s) campaign medium, target audience(s), occupation, type of outreach
event, media campaign type ( radio, TV spot or interview, print, social media/forum). Moreover, the
Offeror will describe how the descriptive and inferential statistics will be used to best explain the
obtained information.
Deliverable No. 7: Data analysis results
The Offeror shall do a comprehensive analysis of the data collected on monthly, quarterly and
annualbasis which map and respond to the Activity Monitoring and Evaluation Plan (AMEP)
indicators. The analysis results shall be shared with the Contractor in SPSS formats. The Offeror shall
deliver the following:




Analysis ofcollected data for trends and correlations and other parameters agreed upon with
Contractor
Provide statistical analysis of survey results (i.e. regressions)
Develop recommendations for project staff based on results of surveys and interviews
Provide analysis of USAID Promote: Women in Government program model, efficiency in
implementation of project activities, and influence on local stakeholders
Deliverable No. 8: Monthly reports’ submission
The Offeror is responsible for submitting monthly reports that covers the following:
 M&E activities completed during the month , as well as a detailed plan for activities for the
following month for the M&E requirements of the project
 Updates regarding progress made in formalizing the other deliverables of the task order
 Detail any meetings, phone calls, or any other communication with stakeholders, including
the agenda and outcome of the meeting
 Detail any interviews or field visit conducted for the purpose of data collection on the
indicators
The Offeror, in the monthly report, shall identify and describe in full detail all the M&E activities
completed under USAID Promote: Women in Government project for the given month, and highlight
the results achieved as well as a detailed plan for activities for the following month. Each monthly
report must describe how the Offeror relied on the activities and outcomes of the previous efforts (as
reported in all prior reports), to build and achieve continuous progress in the Offeror’s M&E scope. In
addition, the Offeror will report in accordance to the Activity Monitoring and Evaluation Plan
(AMEP) of the project. The Offer shall also include lessons learned and recommendations observed
on behalf of M&E activities.
Deliverable No. 9: Quarterly reports’ submission
The Offeror will draft, finalize and submit the quarterly reports to the Contractor based on the data
collected from the field on each of the indicators outlined in the Activity Monitoring and Evaluation
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 21 of 49
Plan (AMEP). The quarterly report will also include a quarterly AMEP data update. In addition, each
quarterly report must describe how the Offeror relied on the activities and outcome of the previous
efforts (as reported in all prior monthly reports) to build and achieve continuous progress in the
project M&E activities.
Deliverable No. 10: Data quality assessment reports
On semi-annual basis the Offeror will conduct data quality checks on the routine monitoring data
adhering on the six dimension of quality; accuracy, reliability, completeness, precision, timeliness and
integrity. Upon completion of the data quality assessment, the subcontractor shall submit a report to
the Contractor discussing the six dimensions above.
Deliverable No. 11: Lessons Learned Workshops
Each six months, the offeror will organize and conduct a one-day workshop to share the lessons
learned, challenges, limitations, knowledge gained from the routine monitoring, periodic surveys and
data quality assessments with the USAID Promote: Women in Government project team and other
stakeholders. The M&E team leader or manager of the Offeror will facilitate the workshop. During
the workshop, the monitoring activities will be also reviewed and necessary recommendations
discussed.
Deliverable No. 12: Final Annual M&E report for year two (April 2016-March 2017)
The Offeror shall submit the the final report for the year two of USAID Promote: Women In
Government project which also serves as the fourth quarterly report not only represents the aggregate
results of the year for all quarters but also cover the periodic surveys’ findings and results. The report
should include the summary document with key findings and full report with annexes of raw data and
findings. The report shall include both qualitative and quantitative evaluation and data obtained
through data collection tools. Report table of contents should include executive summary,
methodology, data quality and collection challenges, data bias, performance indicator summary table
with targets and actuals, description of technology use and raw data information as annexes.
Deliverable No. 13: Final Annual M&E report for year three (April 2017-March 2018)
The Offeror shall submit the the final report for the year three of USAID Promote: Women In
Government project which also serves as the fourth quarterly report not only represents the aggregate
results of the year for all quarters but also cover the periodic surveys’ findings and results. The report
should include the summary document with key findings and full report with annexes of raw data and
findings. The report shall include both qualitative and quantitative evaluation and data obtained
through data collection tools. Report table of contents should include executive summary,
methodology, data quality and collection challenges, data bias, performance indicator summary table
with targets and actuals, description of technology use and raw data information as annexes.
Deliverable No. 14: Final Annual M&E report for year four (April 2018-March 2019)
The Offeror shall submit the final report for the year four of USAID Promote: Women In Government
project which also serves as the fourth quarterly report not only represents the aggregate results of the
year for all quarters but also cover the periodic surveys’ findings and results. The report should
include the summary document with key findings and full report with annexes of raw data and
findings. The report shall include both qualitative and quantitative evaluation and data obtained
through data collection tools. Report table of contents should include executive summary,
methodology, data quality and collection challenges, data bias, performance indicator summary table
with targets and actuals, description of technology use and raw data information as annexes.
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 22 of 49
Deliverable No. 15: Final Annual M&E for year five (April 2019-March 2020)
The Offeror shall submit the final report for the year five of USAID Promote: Women In Government
project which also serves as the fourth quarterly report not only represents the aggregate results of the
year for all quarters but also cover the periodic surveys’ findings and results. Moreover, this report
shall be serving as the final program report. The report should include the summary document with
key findings and full report with annexes of raw data and findings. The report shall include both
qualitative and quantitative evaluation and data obtained through data collection tools. Report table of
contents should include executive summary, methodology, data quality and collection challenges, data
bias, performance indicator summary table with targets and actuals, description of technology use and
raw data information as annexes.
II.1. Deliverables Schedule
The successful offeror shall submit the deliverables described above in accordance with the following
deliverables schedule:
Deliverable
Numbers
1
2.a
2.b
2.c
3
4.a
4.b
4.c
4.d
4.e
4.f
4.g
4.h
4.i
4.j
4.k
4.i
4.m
4.n
4.o
4.p
5.a
5.b
5.c
5.d
5.e
5.f
5.g
5.h
5.i
5.j
5.k
Deliverable Names
Due Date of Deliverables
Development/revision of data collection tools
Develop data collection plan
Standard operating procedures for data collection
Training guide for data collection
Questionnaire field testing
Year Three, Quarter One Field data collection
Year Three, Quarter Two Field data collection
Year Three, Quarter Three Field data collection
Year Three, Quarter Four Field data collection
Year Four, Quarter One Field data collection
Year Four, Quarter Two Field data collection
Year Four, Quarter Three Field data collection
Year Four, Quarter Four Field data collection
Year Five, Quarter One Field data collection
Year Five, Quarter Two Field data collection
Year Five, Quarter Three Field data collection
Year Five, Quarter Four Field data collection
Year Two, Annual Survey data collection
Year Three, Annual Survey data collection
Year Four, Annual Survey data collection
Year Five, Annual Survey data collection
Year Two, Quarter Four raw data submission
Year Three, Quarter One raw data submission
Year Three, Quarter Two raw data submission
Year Three, Quarter Three Field data collection
Year Three, Quarter Four raw data submission
Year Four, Quarter One raw data submission
Year Four, Quarter Two raw data submission
Year Four, Quarter Three raw data submission
Year Four, Quarter Four raw data submission
Year Five, Quarter One raw data submission
Year Five, Quarter Two raw data submission
30th September, 2016
15th October, 2016
30th October, 2016
10th November, 2016
15th November, 2016
5th Dec, 2016
15th Mar, 2017
15th Jun, 2017
15th Sep, 2017
15th Dec, 2017
15th Mar, 2018
15th Jun, 2018
15th Sep, 2018
15th Dec, 2018
15th Mar, 2019
15th Jun, 2019
15th Sep, 2019
15th Mar, 2017
15th Mar, 2018
15th Mar, 2019
15th Mar, 2020
22nd Nov, 2016
22nd Dec, 2016
22nd Mar, 2017
22nd Jun, 2017
22nd Sep, 2017
22nd Dec, 2017
22nd Mar, 2018
22nd Jun, 2018
22nd Sep, 2018
22nd Dec, 2018
22nd Mar, 2019
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 23 of 49
5.l
5.m
5.n
5.o
5.p
5.q
6.a
6.b
6.c
6.d
7.a
7.b
7.c
7.d
8.a
8.b
8.c
8.d
8.e
8.f
8.g
8.h
8.i
8.j
8.k
8.l
8.m
8.n
8.o
8.p
8.q
8.r
8.s
8.t
8.u
8.v
8.w
8.x
8.y
8.z
8.aa
8.ab
8.ac
8.ad
8.ae
8.ef
8.ag
8.ah
8.ai
8.aj
8.ak
8.al
Year Five, Quarter Three raw data submission
Year Five, Quarter Four raw data submission
Year Two, Annual Survey raw data submission
Year Three, Annual Survey raw data submission
Year Four, Annual Survey raw data submission
Year Five, Annual Survey raw data submission
Year Two Data analysis plan
Year Three Data analysis plan
Year Four Data analysis plan
Year Five Data analysis plan
Year Two Data analysis results
Year Three Data analysis results
Year Four Data analysis results
Year Five Data analysis results
September Monthly reports
October Monthly reports
November Monthly reports
December Monthly reports
January Monthly reports
February Monthly reports
March Monthly reports
April Monthly reports
May Monthly reports
June Monthly reports
July Monthly reports
August Monthly reports
September Monthly reports
October Monthly reports
November Monthly reports
December Monthly reports
January Monthly reports
February Monthly reports
March Monthly reports
April Monthly reports
May Monthly reports
June Monthly reports
July Monthly reports
August Monthly reports
September Monthly reports
October Monthly reports
November Monthly reports
December Monthly reports
January Monthly reports
February Monthly reports
March Monthly reports
April Monthly reports
May Monthly reports
June Monthly reports
July Monthly reports
August Monthly reports
September Monthly reports
October Monthly reports
22nd Jun, 2019
22nd Sep, 2019
22nd Mar, 2017
22nd Mar, 2018
22nd Mar, 2019
22nd Mar, 2020
25th Mar, 2017
25th Mar, 2018
25th Mar, 2019
25th Mar, 2020
31st Mar, 2017
31st Mar, 2018
31st Mar, 2019
31st Mar, 2020
24th September 2016
24th October 2016
24th November 2016
24th December 2016
24th January 2017
24th February 2017
24th March 2017
24th April 2017
24th May 2017
24th June 2017
24th July 2017
24th August 2017
24th September 2017
24th October 2017
24th November 2017
24th December 2017
24th January 2018
24th February 2018
24th March 2018
24th April 2018
24th May 2018
24th June 2018
24th July 2018
24th August 2018
24th September 2018
24th October 2018
24th November 2018
24th December 2018
24th January 2019
24th February 2019
24th March 2019
24th April 2019
24th May 2019
24th June 2019
24th July 2019
24th August 2019
24th September 2019
24th October 2019
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 24 of 49
8.am
November Monthly reports
24th November 2019
8.an
December Monthly reports
24th December 2019
8.ao
January Monthly reports
24th January 2020
8.ap
February Monthly reports
24th February 2020
8.aq
March Monthly reports
24th March 2020
9.a
Year Three, Quarter One report
1st January 2017
9.b
Year Three, Quarter Two report
1st April 2017
9.c
Year Three, Quarter Three report
1st July 2017
9.d
Year Three, Quarter fourth report
1st October 2017
9.e
Year Four, Quarter One report
1st January 2018
9.f
Year Four, Quarter Two report
1st April 2018
9.g
Year Four, Quarter Three report
1st July 2018
9.h
Year Four, Quarter fourth report
1st October 2018
9.i
Year Five, Quarter One report
1st January 2019
9.j
Year Five, Quarter Two report
1st April 2019
9.k
Year Five, Quarter Three report
1st July 2019
9.l
Year Five, Quarter fourth report
1st October 2019
10.a
Year Three data quality assessment report
20th December 2016
10.b
Year Three data quality assessment report
20th June 2017
10.c
Year Four data quality assessment report
20th December 2017
10.d
Year Four data quality assessment report
20th June 2018
10.e
Year Five data quality assessment report
20th December 2018
10.f
Year Five data quality assessment report
20th June 2019
10.g
Final data quality assessment report
20th December 2019
11.a
Organizing lessons learned workshops
20th January 2017
11.b
Organizing lessons learned workshops
20th July 2017
11.c
Organizing lessons learned workshops
20th January 2018
11.d
Organizing lessons learned workshops
20th July 2018
11.e
Organizing lessons learned workshops
20th January 2019
11.f
Organizing lessons learned workshops
20th July 2019
11.g
Organizing lessons learned workshops
20th January 2020
12.a
Final Annual M&E report for year two
1st April, 2017
13.b
Final Annual M&E report for year three
1st April, 2018
14.c
Final Annual M&E report for year four
1st April, 2019
15.d
Final Annual M&E report for year five
1st April, 2020
*Deliverable numbers and names refer to those fully described in II.3 above.
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 25 of 49
Section III
Firm Fixed Price Subcontract (Terms and Clauses)
FIXED PRICE SUBCONTRACT
No. TBD
Between
Chemonics Afghanistan Limited Management and Implementation Services
And
TBD
Hereinafter referred to as the Subcontractor
For
USAID Promote: Women in Government Project
Effective Date:
TBD
Total Fixed Price:
TBD
Contents:
Part 1.
Part 2.
Part 3.
Part 4.
Annex 1.
General Information and Scope of Work
Payment and Financial Obligations
Additional Terms and Conditions
Clauses Incorporated by Reference
Detailed Specifications and Requirements
Chemonics International Inc. (“Chemonics”) and TBD (“Subcontractor”) hereby agree and enter into
this firm fixed price subcontract (“Subcontract”). The Subcontractor to furnish and deliver all items
and perform all services set forth or otherwise identified above and on any continuation sheets for the
consideration stated herein. The rights and obligations of the parties to this fixed price subcontract
shall be subject to and governed by the provisions and specifications attached or incorporated by
reference herein and executed by both parties. The parties to this subcontract indicate their
acceptance of the terms and conditions set forth in this document with the signatures of their
authorized representatives shown below.
For Chemonics International Inc.:
For TBD:
Signature: ______________________
Signature: ______________________
Printed Name: __________________
Printed Name: ___________________
Title: __________________________
Title: _________________________
Date: __________________________
Date: __________________________
Place Signed: ____________________
Place Signed: ___________________
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 26 of 49
PART 1.
ARTICLE 1.
GENERAL INFORMATION AND SCOPE OF WORK
ACRONYMS AND DEFINITIONS
The following acronyms and definitions apply to this subcontract and all related correspondence:
ADS
CFR
Cooperating Country
FAR
Subcontractor
US
USAID
USG
VAT
ARTICLE 2.
USAID Automated Directives System
United States Code of Federal Regulations
TBD
United States Federal Acquisition Regulations
TBD
United States
United States Agency for International Development
United States Government
Value Added Tax
BACKGROUND AND PURPOSE
Chemonics International Inc. is the prime contractor for the TBD. The TBD Project is an official
program of the United States Agency for International Development (USAID), Contract No. TBD,
and is being carried out in TBD.
The purpose of this subcontract is to TBD.
ARTICLE 3.
SUBCONTRACT FUNDING AND TYPE
Chemonics International Inc., on behalf of USAID and in cooperation with the Government of TBD,
is authorized to fund this subcontract under the authority of Chemonics’ prime USAID Contract No.
TBD, funded by the USG.
This is a firm fixed-price subcontract payable entirely in the currency indicated in the cover page. No
additional sums will be payable for any escalation in the cost of materials, equipment or labor, or
because of the Subcontractor's failure to properly estimate or accurately predict the cost or difficulty
of achieving the results required. Chemonics will not adjust the subcontract price due to fluctuations
in currency exchange rates. Chemonics will only make changes in the subcontract price or time to
complete due to changes made by Chemonics in the work to be performed, or by delays caused by
Chemonics.
ARTICLE 4.
PERIOD OF PERFORMANCE
The period of performance for this Subcontract is TBD. The Subcontractor shall deliver the
deliverables set forth in Article 5 in accordance with the schedule stipulated therein.
Unless otherwise stated, all references to “days” in this subcontract means calendar days.
ARTICLE 5.
DELIVERABLES AND DELIVERABLE SCHEDULE
The Subcontractor shall deliver to Chemonics the following deliverables, in accordance with the
following Deliverables Schedule:
Deliverable
Deliverable Name
Deliverable Due Date
Delivery
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 27 of 49
Number
1
2
3
4
5
etc.
Location/Method
TBD
TBD
TBD
TBD
TBD
Deliverable No. 1 includes the TBD
Deliverable No. 2 includes the TBD
Deliverable No. 3 includes the TBD
Deliverable No. 4 includes the TBD
Deliverable No. 5 includes the TBD
etc.
Deliverable No. TBD is a comprehensive Final Report that includes details on the brands, models,
licenses, and serial numbers of all commodities delivered to and accepted by Chemonics. In addition,
the Final Report shall also include certifications for all equipment from the Subcontractor confirming
warranty coverage in accordance with Article 8 of this subcontract; this warranty coverage shall be
extended to Chemonics, USAID, and TBD. The Final Report shall include a summary of all
processes, contact information, and guidance for exercising warranty service and support on the
various commodities supplied under this subcontract. The Final Report shall be submitted in
Microsoft Office or PDF format to TBD.
All commodities delivered under this subcontract must be new; no used or refurbished commodities
will be accepted.
All commodities, software, and licenses delivered under this subcontract must be transferable to
USAID, the TBD, or another entity in the Cooperating Country designated by Chemonics.
ARTICLE 6.
DELIVERY TERMS
A. Delivery terms are TBD. The Subcontractor shall deliver the deliverables as set forth in
Article 5 to the delivery locations specified in Article 5.
B. Time is of the essence. By executing this subcontract, the Subcontractor confirms that it
accepts that the delivery schedule stated herein is reasonable, and will comply with the
delivery schedule.
C. Customs clearance. The Subcontractor shall clear any international shipments through
customs and deliver them to the appropriate location(s) specified in Article 5. Chemonics is
responsible for providing the Subcontractor with the necessary documentation required by
cooperating country customs officials for duty-free customs clearance.
D. Consignee address. For any international shipments requiring customs clearance in the
cooperating country, the following consignee address shall be used on each shipment to
facilitate duty-free and tax-free customs clearance: TBD
E. U.S.-flag requirement. Any international transportation carried out under this subcontract
shall take place on US-flag vessels/carriers. Any international air transportation shall be in
accordance with FAR 52.247-63 (“Preference for U.S.-Flag Air Carriers”) and FAR 47.403
(“Guidelines for Implementation of the Fly America Act”).
ARTICLE 7.
PACKING
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 28 of 49
A. All commodities supplied under this subcontract must be packed according to the best
international packing standards, suitable to prevent theft, loss, or damage, including water
damage, to cargo during transit and until safe arrival at the delivery point.
B. The contents of each box in any shipments delivered under this subcontract shall be clearly
labeled with the corresponding part number and line item number from the commodity
schedule and technical specifications sheets.
C. A complete itemized packing list shall be carried in a clearly-marked “packing list” envelope
affixed to the outside of each shipping container or box used to deliver the goods. Each
packing list must show a complete narrative description of the goods, all applicable part
number, and the corresponding line item number.
ARTICLE 8.
WARRANTY AND SERVICE
All commodities supplied under this subcontract must be covered by the manufacturer’s standard
warranty which shall, at a minimum, be valid in TBD and protect Chemonics from any loss due to
defective workmanship, material, and parts, for thirty-six (36) months after delivery of the
commodities. In the event that the warranty is breached, Chemonics may require, and the
Subcontractor is bound, to remedy all defects and faults, including both workmanship and materials
within a reasonable time of notification. The Subcontractor shall be responsible for all necessary
transportation charges required to ship the defective commodities to the manufacturer and return to
Chemonics. In the event of the Subcontractor’s refusal, failure, or inability to remedy such
discrepancies within a reasonable time of notification, Chemonics may remedy such defects on his
own and claim the reasonable cost of such remedial action from the Subcontractor.
All warranty service, repair, and supply of parts shall take place within the cooperating country.
Under this subcontract, the following local TBD agent(s) are authorized by the Subcontractor to
provide all in-country warranty and post warranty service: TBD
At the time that any commodity(ies) supplied under this subcontract is (are) transferred to the TBD,
the Government of TBD, or another entity within the cooperating country, all rights to warranty
support and service provided to Chemonics under this subcontract shall be transferred with the
commodity(ies) to the that entity’s end-user. The Subcontractor shall continue to honor all warranty
support and services for the duration of the warranty period.
PART 2.
ARTICLE 9.
PAYMENT AND FINANCIAL OBLIGATIONS
SUBCONTRACT PRICE
The Subcontractor shall complete all work (including furnishing all labor, material, commodities,,
equipment, and services) required under this subcontract for the fixed price of
TBD
. This price shall include all equipment, commodities, shipping costs, licenses, permits,
administration costs, labor costs, materials, overhead, profit, and all other costs.
The Subcontractor will be paid the installment amounts listed under the column named “Payment
Amount” only upon successful completion and acceptance by Chemonics of all corresponding
deliverables listed in the column named “Corresponding Deliverable Name.”
Payment No.
1
2
Corresponding
Deliverable Name
Payment Amount
[TBD]% of subcontract fixed price
[TBD]% of subcontract fixed price
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 29 of 49
3
4
5
etc.
ARTICLE 10.
[TBD]% of subcontract fixed price
[TBD]% of subcontract fixed price
[TBD]% of subcontract fixed price
[TBD]% of subcontract fixed price
PAYMENT TERMS
Chemonics will pay the total price through a series of installment payments as provided in Article 9
above, after Subcontractor’s completion of the corresponding deliverables and Chemonics’
acceptance thereof. The Subcontractor may submit invoices for deliverables that have been accepted
and approved by the authorized Chemonics representative. Chemonics will pay the Subcontractor’s
invoice within thirty (30) days after the following conditions have been fulfilled:
a) the Subcontractor has delivered a proper invoice, in compliance with Article 11 below.
b) Chemonics has issued an inspection certificate, in compliance with Article 27 below.
Payment will be made in TBD, paid via check or wire transfer to the account specified in the
Subcontractor’s invoice. Payment of unpaid balances will be made upon completion and final
acceptance of all works and deliverables by Chemonics. Any invoices for services rendered and
deliverables submitted—but not accepted by Chemonics—will not be paid until the Subcontractor
makes sufficient revisions to the deliverables such that Chemonics may approve the deliverables and
thus the invoice.
ARTICLE 11.
INVOICE REQUIREMENTS
The Subcontractor shall present an invoice to Chemonics only for services and/or commodities that
have been accepted by Chemonics. The invoice must be an original invoice, submitted to:
Chemonics International Inc.
Attention: TBD
To constitute a proper invoice, the Subcontractor’s invoice must include the following information
and/or attached documentation. This information will assist Chemonics in making timely payments to
the Subcontractor:
1. Subcontractor legal name, subcontract number, invoice date, and invoice number.
2. Deliverable(s) number, description of approved deliverable(s), and corresponding value.
3. Bank account information to which payment shall be sent.
ARTICLE 12.
COOPERATING COUNTRY FEES, TAXES, AND DUTIES
This subcontract is entered into by Chemonics on behalf of the TBD Project, an official program of
the Government of the United States in TBD.
The Subcontractor is responsible for payment of all applicable taxes, as prescribed under the
applicable laws, associated with wages/salaries/compensation for services rendered by individuals
employed by the Subcontractor and who are directed to work as required under this Subcontract. The
Subcontractor is liable for payment of all applicable taxes associated with revenues (profit), and other
such taxes, fees, or dues for which Subcontractor is normally responsible as a result of operating its
business.
ARTICLE 13.
SET-OFF CLAUSE
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 30 of 49
Chemonics reserves the right of set-off against amounts payable to Subcontractor under this
subcontract or any other agreement in the amount of any claim or refunds Chemonics may have
against the Subcontractor.
ARTICLE 14.
[RESERVED]
PART 3.
ARTICLE 15.
ADDITIONAL TERMS AND CONDITIONS
GOVERNING LANGUAGE
The Subcontract is executed in the English language, which shall be the binding and controlling
language for all matters relating to the meaning and/or interpretation of this Subcontract.
ARTICLE 16.
AUTHORIZED REPRESENTATIVES
Any action, modification, notice, request, or consent required to be given or made pursuant to this
subcontract must be in writing and may only be made by the authorized representatives specified
below or their designee(s):
For Chemonics International Inc.: TBD
For Subcontractor:
ARTICLE 17.
TBD
AUTHORIZED USAID GEOGRAPHIC CODE
The authorized USAID geographic code for this subcontract is USAID Geographic Code TBD in
accordance with the United States Code of Federal Regulations (CFR), 22 CFR §228, available at:
http://www.gpo.gov/fdsys/pkg/CFR-2012-title22-vol1/pdf/CFR-2012-title22-vol1-part228.pdf.
The source and nationality of all goods, commodities, and services provided under this subcontract
must meet the above-specified USAID geographic code specified in accordance with the regulations
found in 22 CFR 228.
The cooperating country for this subcontract is TBD.
No commodities or related services may be supplied under this subcontract that are manufactured or
assembled in, shipped from, transported through, or otherwise involving any of the following
countries: Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria. Related services
include incidental services pertaining to any/all aspects of this work to be performed under a resulting
subcontract (including transportation, fuel, lodging, meals, and communications expenses).
ARTICLE 18.
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FAR 52.225-13)
(a) Except as authorized by the Department of Treasury’s Office of Foreign Assets Control (OFAC),
the Subcontractor shall not acquire for its use in the performance of this subcontract, any supplies
or services if any proclamation, U.S. Executive Order, U.S. statute, or OFAC’s implementing
regulations (31 CFR Chapter V), would prohibit such a transaction by a U.S. person, as defined
by law.
(b) Except as authorized by OFAC, most transactions involving Cuba, Iran, the Sudan, Burma and
North Korea are prohibited, including importing/exporting to/from the United States, engaging in
financial transactions, or facilitating any prohibited transactions by third parties. Lists of entities
and individuals subject to economic sanctions – which are updated routinely - are included in
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 31 of 49
OFAC’s List of Specially Designated Nationals and Blocked Persons at
http://www.treas.gov/offices/enforcement/ofac/sdn. It is the Subcontractor’s responsibility to
remain informed as to sanctioned parties and to ensure compliance with all relevant U.S.
sanctions and trade restrictions. More information about these restrictions, as well as updates, is
available in the OFAC’s regulations at 31 CFR Chapter V and/or on OFAC’s website at
http://www.treas.gov/offices/enforcement/ofac.
(c) The Subcontractor shall insert this article, including this paragraph (c), in all subcontracts and
subawards issued under this subcontract.
ARTICLE 19.
COMPLIANCE WITH U.S. EXPORT LAWS
Subcontractor warrants and agrees to comply with all U.S. export laws and regulations and other
applicable U.S. law and regulations, including but not limited to: (i) the Arms Export Control Act
(AECA), 22 U.S.C. 2778 and 2779; (ii) Trading with the Enemy Act (TWEA), 50 U.S.C. App. §§ 144; (iii) International Traffic in Arms Regulations (ITAR), 22 C.F.R. Parts 120-130.; (iv) Export
Administration Act (EAA) of 1979 and the Export Administration Regulations (EAR) 15 C.F.R. Parts
730-774, (including the EAR anti-boycott provision); (v) the International Emergency Economic
Powers Act (IEEPA), 50 U.S.C. 1701-1706 and Executive Orders of the President under IEEPA, 50
U.S.C. app. §§ 2401-2420; (vi) Office of Foreign Asset Controls (OFAC) Regulations, 31 C.F.R.
Parts 500-598; and (vii) other applicable U.S. laws and regulations. As required, subject to
Chemonics’ prior approval for all exports or imports under the Subcontract, Subcontractor shall
determine any export license, reporting, filing or other requirements, obtain any export license or
other official authorization, and carry out any customs formalities for the export of goods or services.
Subcontractor agrees to cooperate in providing any reports, authorizations, or other documentation
related to export compliance requested by Chemonics. Subcontractor agrees to indemnify, hold
harmless and defend Chemonics for any losses, liabilities and claims, including as penalties or fines as
a result of any regulatory action taken against Chemonics as a result of Subcontractor’s noncompliance with this provision.
ARTICLE 20.
ANTI-BOYCOTT COMPLIANCE
It is the policy of Chemonics International to comply fully with all U.S. export control laws, including
the Export Administration Regulations (EAR) anti-boycott provisions, 15 CFR Part 760 [and Ribicoff
Amendment to the 1976 Tax Reform Act (TRA)], which encourage, and in specified cases, require
U.S. firms to refuse to participate in foreign boycotts that the United States does not sanction, and
encompass adherence to applicable reporting requirements. Conduct that may be penalized under the
regulations includes:
 Agreements to refuse or actual refusal to do business with or in Israel or with blacklisted
companies.
 Agreements to discriminate or actual discrimination against other persons based on race,
religion, sex, national origin or nationality.
 Agreements to furnish or actual furnishing of information about business relationships with or
in Israel or with blacklisted companies.
 Agreements to furnish or actual furnishing of information about the race, religion, sex, or
national origin of another person.
The Subcontractor and its owners, directors, officers, employees, or agents thereof, agrees
that it shall not engage in such conduct or enter agreements to that effect.
The Subcontractor shall report to Chemonics when any such requests related to the work of this
Subcontract are encountered and shall agree to any required reporting of such requests to the U.S.
Department of Commerce Bureau of Industry and Security and Internal Revenue Service.
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 32 of 49
ARTICLE 21.
(a)
ANTI-KICKBACK
Definitions.



Kickback, as used herein, means any money, fee, commission, credit, gift, gratuity, thing of
value, or compensation of any kind, which is provided, directly or indirectly, to Chemonics,
the TBD project office or any of its employees, the Subcontractor or Subcontractor
employees, or vendors in any way related to the performance or subsequent activities of this
subcontract, for the purpose of improperly obtaining or rewarding favorable treatment in
connection with this subcontract.
Person, as used in this article, means a corporation, partnership, business association of any
kind, trust, joint-stock company, or individual.
Subcontractor employee, as used in this article, means any officer, partner, employee, or agent
of the Subcontractor.
(b)
The Subcontractor and its employees, whether directly or indirectly engaged in the
performance of this subcontract, agree to abide by the terms of The United States Anti-Kickback Act
of 1986, which prohibits any person from providing or attempting to provide any kickback; soliciting,
accepting, or attempting to accept any kickback; or including, directly or indirectly, the amount of any
kickback in the contract price charged by the Subcontractor to Chemonics.
When the Subcontractor has reasonable grounds to believe that a violation described in paragraph (b)
of this provision may have occurred, the Subcontractor shall promptly report in writing the possible
violation. Such reports shall be made to Chemonics, who shall forward the report to the USAID
Inspector General for investigation, as required.
The Subcontractor agrees to cooperate fully with any United States Government agency investigating
a possible violation described in paragraph (b) of this article.
Chemonics may offset the amount of the kickback against any monies owed by Chemonics under this
fixed price subcontract or order the monies withheld from future payments due the Subcontractor.
The Subcontractor agrees to include the substance of this article in any contract it may issue under this
subcontract.
ARTICLE 22.
TERRORIST FINANCING PROHIBITION
The Subcontractor (including its employees, consultants, and agents) by entering into this subcontract
certifies that it does not engage, support or finance individuals and/or organizations associated with
terrorism. The Subcontractor is reminded that U.S. Executive Orders and U.S. law prohibits
transactions with, and the provision of resources and support to, individuals and organizations
associated with terrorism. A list of entities and individuals subject to restrictions, prohibitions and
sanctions can be found at the web site of the Department of Treasury’s Office of Foreign Assets
Control (OFAC), at http://treasury.gov/ofac. It is the legal responsibility of the Subcontractor to
ensure compliance with the Executive Order 13224 and other U.S. laws prohibiting terrorist
financing. This provision must be included in all subcontracts or subawards issued under this
subcontract.
ARTICLE 23.
ELIGIBILITY OF SUBCONTRACTORS
In accordance with Federal Acquisition Regulation (FAR) Clause 52.209-6, “Protecting the
Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for
Debarment,” (SEP 2006), no commodities, software, goods, materials, or services shall be eligible for
USAID financing or reimbursement under this subcontract if provided by a subcontractor or supplier
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 33 of 49
(or a subcontractors’ or suppliers’ principle) that is debarred, suspended, or proposed for debarment
by USAID or the USG. This applies to the Subcontractor and the Subcontractor’s subcontractors and
suppliers as well.
ARTICLE 24.
COMPLIANCE WITH APPLICABLE LAWS AND STANDARDS
The Subcontractor shall perform all work, and comply in all respects, with applicable laws,
ordinances, codes, regulations, and other authoritative rules of the United States and TBD and its
political subdivisions and with the standards of relevant licensing boards and professional
associations. The Subcontractor shall also comply with the applicable USAID regulations governing
this subcontract, which are incorporated by reference into this subcontract, and appear in Article 35,
Clauses Incorporated by Reference.
ARTICLE 25.
INDEMNITY AND SUBCONTRACTOR WAIVER OF BENEFITS
A. The Subcontractor waives any additional benefits and agrees to indemnify and save harmless
Chemonics, USAID, and TBD, their officers, directors, agents, and employees from and
against any and all claims and liability, loss, expenses, suits, damages, judgments, demands,
and costs (including reasonable legal and professional fees and expenses) arising out of:
(1) the acts or omissions of Subcontractor, its employees, officers, directors, agents or its
subcontractors;
(2) injury or death to persons, including officers, directors, employees, agents and
subcontractors of Subcontractor, or loss of or damage to property, or fines and penalties
which may result, in whole or in part, by reason of the buying, selling, distribution, or use
of any of the goods or services purchased or provided under this Subcontract except to the
extent that such damage is due to the negligence of Chemonics;
(3) the infringement or violation of any patent, copyright, trademark, service mark, trade
secret, or other proprietary interest of any third party resulting from Chemonics’ use,
distribution, sale, sublicensing, or possession of the goods (including software and all
forms of written materials) or services purchased or provided, as authorized hereunder, or
from the use or possession of said goods or services by Chemonics, USAID, and TBD, as
authorized hereunder; or false claims submitted by Subcontractor or its subcontractors
under this Subcontract or as a result of a Subcontractor misrepresentation of fact or fraud
by Subcontractor.
B. Subcontractor shall defend and settle at its sole expense all suits or proceedings arising out of
the foregoing, provided that Subcontractor has notice or is given prompt written notice of
such claim or suit and, further, that Subcontractor shall be given necessary information,
reasonable assistance and the authority to defend such claim or suit. Subcontractor shall not
settle, compromise or discharge any pending or threatened suit, claim or litigation, arising out
of, based upon, or in any way related to the subject matter of this subcontract and to which
Chemonics is or may reasonably be expected to be a party, unless and until Subcontractor has
obtained a written agreement, approved by Chemonics (which shall not be unreasonably
withheld) and executed by each party to such proposed settlement, compromise or discharge,
releasing Chemonics from any and all liability.
C. If any of the goods or services provided by Subcontractor hereunder, including without
limitation software and all forms of written materials, become the subject of a claim of
infringement or violation of a third party's intellectual property, privacy and/or proprietary
rights, Subcontractor shall, at its own expense, use its best efforts—
(1) to procure for Chemonics the right to continue use and, if authorized under this
Subcontract, distribution of the infringing goods or services or,
(2) to modify the goods or services to make them non-infringing, or to replace them with
equivalent, non-infringing counterparts.
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 34 of 49
If none of the above-mentioned can be successfully implemented, then Subcontractor shall
refund to Chemonics all monies paid to the Subcontractor for the infringing goods and
services.
ARTICLE 26.
INTELLECTUAL PROPERTY RIGHTS
The ownership of all copyright and other intellectual property rights in respect of any data
compilations, research, spreadsheets, graphs, reports, diagrams, designs, work products, software, or
any other documents, developed in connection with this subcontract will exclusively vest in or remain
with Chemonics, which shall have all proprietary rights therein, notwithstanding that the
Subcontractor or its employees may be the author of the intellectual property. All documents relating
to the intellectual property or otherwise connected with this fixed price subcontract, the services, or
duties must be returned or delivered to Chemonics at the time of the expiration or termination of the
subcontract. The Subcontractor agrees not to publish or make use of any of the intellectual property,
or documents relating thereto, without the prior written approval of Chemonics and proper attribution.
ARTICLE 27.
INSPECTION AND ACCEPTANCE
A. Prior to delivery, any commodities under this subcontract—including raw materials,
components, intermediate assemblies, and end products—shall be subject at any time to
inspection and testing at the request of Chemonics at the expense of Chemonics. Chemonics
will notify the Subcontractor in writing of the names of any inspectors or inspection firms. It
is understood that inspection or testing shall not in any way release the Subcontractor from
any warranty or other obligations under this subcontract.
B. If any inspection or test is made by or on behalf of Chemonics on the premises of the
Subcontractor, the Subcontractor shall provide reasonable facilities and assistance for the
safety and convenience of Chemonics or its inspectors in the performance of their duties
without additional charge.
C. Once commodities have been delivered to the delivery point by the Subcontractor, Chemonics
shall inspect the commodities to confirm compliance with the subcontract requirements. If
the commodities are compliant with subcontract requirements, an inspection certificate will be
issued by Chemonics. In the event that the commodities are not fully compliant, the
Subcontractor shall be required to remedy any defects or faults prior to acceptance by
Chemonics.
ARTICLE 28.
MODIFICATIONS
Modifications to the terms and conditions of this subcontract, including any modification to the scope
of work, may only be made by written agreement between authorized personnel of both Parties as
stipulated in Article 16 of this subcontract. Each Party shall give due notice and consideration to any
proposals for modification made by the other Party.
ARTICLE 29.
CHANGES
In accordance with FAR Clause 52.243-1 “Changes—Fixed-Price” (AUG 1987), Chemonics may at
any time, by written order, and without notice to the sureties, if any, make changes within the general
scope of this subcontract in the services to be performed.
If any such change(s) causes an increase or a decrease in the cost, or the time required for the
performance, or any part of the work under the subcontract, an equitable adjustment shall be made in
the subcontract price or delivery schedule, or both, and the subcontract shall be modified in writing
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 35 of 49
accordingly. Any claim by the Subcontractor for adjustment under this subcontract must be asserted
within 30 (thirty) days from the date of receipt by the Subcontractor of the modification or change.
ARTICLE 30.
ASSIGNMENT AND DELEGATION
This subcontract may not be assigned or delegated, in whole or in part, by the Subcontractor without
the written consent of Chemonics. Absent such written consent, any assignment is void.
ARTICLE 31.
GOVERNING LAW AND RESOLUTION OF DISPUTES
A. Governing Law. This Subcontract, including any disputes related thereto, shall be governed
by the laws of the District of Columbia.
B. Disputes with the Government. Chemonics’ Prime Contract with the US Government is
subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Any claim
arising out of the performance of this Subcontract that relates to any decision of the
Government under the prime contract must be resolved in accordance with the clause at FAR
52.233-1 Disputes, which is incorporated herein by reference.
(1) Any decision of the US Government under the Prime Contract, if binding on Chemonics,
shall also bind the Subcontractor to the extent that it relates to this Subcontract, provided
that Chemonics shall have promptly notified the Subcontractor of such decision and, if
requested by Subcontractor, shall have brought suit or filed claim, as appropriate against
the Government, or, in alternative, agreed to sponsor Subcontractor’s suit or claim. A
final judgment in any such suit or final disposition of such claim shall be conclusive upon
Chemonics and the Subcontractor.
(2) For any action brought or sponsored by Chemonics on behalf of the Subcontractor
pursuant to this article, the Subcontractor agrees to indemnify and hold Chemonics
harmless from all costs and expenses incurred by Chemonics in prosecuting or sponsoring
any such appeal.
C. Disputes between the Parties. The following procedures shall govern the resolution of any
controversy, dispute or claim between or among “Parties,” arising out of the interpretation,
performance, breach or alleged breach of this Subcontract (“Dispute”) that is not covered by
(B) above.
(1) Negotiation. The Parties shall promptly attempt to resolve any Dispute by negotiation in
the normal course of business. If, after good faith efforts, the Dispute is not resolved,
either Party may request in writing that the Dispute be resolved via Executive
Consultation pursuant to subparagraph (2) below.
(2) Executive Consultation. For Disputes submitted to Executive Consultation, each Party
shall designate a senior company official with authority and responsibility for attempting
to resolve the matter. For Chemonics, such designee shall be a Senior Vice President, or a
person at a higher level of authority. For Subcontractor, such designee shall be an
authorized negotiator. The Party initiating the claim shall provide, in addition to
documents supporting the claim, a brief summary of the claim, its perception of the
positions of the Parties and any perceived barriers to settlement of the case. The summary
may be submitted directly to the designated Party Executive. Within 30 calendar days
after delivery of the claim summary, the Parties shall meet and attempt to resolve the
Dispute. If the Dispute is not resolved within 45 days from submission of the claim
summary, or such other amount of time as agreed between the Parties, the claiming Party
may proceed under subparagraph (3) below.
(3) Arbitration. Any controversy or claim between the Parties arising out of or relating to this
Subcontract, or the breach thereof, that has not been resolved by Executive Consultation,
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 36 of 49
shall be settled by arbitration administered by the American Arbitration Association in
accordance with its Commercial Arbitration Rules, including the Optional Rules for
Emergency Measures of Protection, unless otherwise provided herein. The arbitrators
shall not be empowered to award damages in excess of compensatory damages and each
Party expressly waives and foregoes any right to punitive, exemplary, or similar damages.
Each Party will bear the cost of its own Attorney-Fees. The Arbitration shall be in
Washington, D.C., unless otherwise agreed between the Parties.
D. Obligation to perform work. Subcontractor shall diligently proceed with the performance of
work pending final resolution of any Dispute.
ARTICLE 32.
FORCE MAJEURE
“Force Majeure” as used herein means: acts of God, natural disasters, invasion or war (whether
declared or not) and other hostilities, revolution, rebellion, labor disputes, insurrection or riot,
confrontation or other disorder, ionizing radiation or confrontation by regular activity from any
unclear or waste, radio-active, biological, chemical or toxic explosives or other hazardous properties
of any explosives, biological or chemical agents, nuclear assembly or nuclear components thereof, or
other act, event or circumstance of a similar nature or force, arising from circumstances beyond the
control of the Subcontractor or which Subcontractor could not reasonably be expected to have taken
into account and which or the consequences of which the Subcontractor could not reasonably be
expected to have avoided or overcome.
The Subcontractor shall not be liable for any excess costs if the failure to perform the subcontract
arises out of a Force Majeure cause and if the Subcontractor, within 20 (twenty) days from the
beginning of any such Force Majeure, notifies Chemonics of such prevention of performance and the
cause thereof. If the failure to perform is caused by the fault of a Subcontractor’s subcontractor and if
such default arises out of causes beyond the control of both the Subcontractor and the Subcontractor’s
subcontractor and without the fault or negligence of either of them (Force Majeure), and the
Subcontractor, within 20 (twenty) days from the beginning of any such Force Majeure, notifies
Chemonics in writing of such prevention of performance and the cause thereof, the Subcontractor
shall not be liable for any excess costs due to the failure to perform, unless the supplies or services to
be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the
Subcontractor to meet the required delivery schedule.
ARTICLE 33.
TERMINATION
Chemonics reserves the unilateral right to terminate this fixed price subcontract at any time, paying
for all deliverables completed at the time of termination and a pro-rata share of any deliverable in
progress, in accordance with FAR Clause 52.249-1, Termination for Convenience of the Government
(Fixed Price) (Short Form) (April 1984), which is incorporated by reference in Article 35 herein.
In the event that the Subcontractor fails to make progress so as to endanger performance of this fixed
price subcontract, or is unable to fulfill the terms of this fixed price subcontract by the completion
date, the Subcontractor shall notify Chemonics forthwith and Chemonics shall have the right to
summary termination of this fixed price subcontract upon written notice to the Subcontractor in
accordance with the incorporated FAR Clause 52.249-8, Default (Fixed-Price Supply and Service).
ARTICLE 34.
SURVIVAL
The provisions set forth in the following Articles of this subcontract will survive after termination or
expiration of this subcontract and will remain in effect until fulfilled:
Article 8.
Warranty Support and Service
Article 12.
Cooperating Country Fees, Taxes, and Duties
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 37 of 49
Article 24.
Article 25.
Article 31.
Compliance with Applicable Laws and Standards
Indemnity and Subcontractor Waiver of Benefits
Governing Law and Resolution of Disputes
PART 4.
ARTICLE 35.
CLAUSES INCORPORATED BY REFERENCE
CLAUSES INCORPORATED BY REFERENCE
This fixed price subcontract incorporates the following clauses of the Federal Acquisition Regulation
(48 Code of Federal Regulations, Chapter 1) and USAID Acquisition Regulation (48 Code of Federal
Regulations, Chapter 7) by reference, with the same force and effect as if they were given in full text.
The full text is available at https://acquisition.gov/far/ and
http://www.usaid.gov/sites/default/files/documents/1868/aidar_0.pdf. Modifications which apply to
this fixed price subcontract appear after each clause. It is understood and agreed that the
Subcontractor may be obligated by and to Chemonics for any specifications or documentation
required of Chemonics under these clauses, and that references to the Contractor may also refer to the
Subcontractor. The Subcontractor hereby agrees to abide by the terms and conditions imposed by
these clauses. With respect to documentation and approvals required under these clauses, all such
documentation and approvals shall be submitted to or requested from Chemonics.
References in the text of incorporated clauses to “the Government,” “USAID,” or “Contracting
Officer” may, depending on their context, refer to “Chemonics,” and references to “the Contractor”
may refer to the “Subcontractor.”
Federal Acquisitions Regulation (FAR) Clauses
FAR CLAUSE
NUMBER
52.202-1
52.203-3
52.203-6
52.203-7
52.203-8
52.203-10
52.209-6
52.215-14
52.222-19
52.225-13
52.225-14
52.227-2
52.227-9
52.228-3
52.229-6
52.242-15
52.243-1 (Alt I)
52.243-7
52.246-2
TITLE AND YEAR
DEFINITIONS (JUL 2004)
GRATUITIES (APR 1984)
RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP
2006)
ANTI-KICKBACK PROCEDURES (JUL 1995)
CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR
IMPROPER ACTIVITY (JAN 1997)
PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN
1997)
PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING
WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR
DEBARMENT (SEP 2006)
INTEGRITY OF UNIT PRICES (OCT 1997)
CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (JUN
2004)
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2006)
INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF
CONTRACT (FEB 2000)
NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT
INFRINGEMENT (AUG 1996)
REFUND OF ROYALTIES (APR 1984)
WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT) (APR 1984)
TAXES - FOREIGN FIXED PRICE CONTRACTS (JUN 2003)
STOP-WORK ORDER (AUG 1989)
CHANGES – FIXED PRICE (AUG 1987) (ALT I) (APR 1984)
NOTIFICATION OF CHANGES (APR 1984)
INSPECTION OF SUPPLIES – FIXED-PRICE (AUG 1996)
Chemonics Doc No: FO.PROC.FT.002
Subcontract No. [enter subcontract number]
Page 38 of 49
52.246-23
52.247-63
52.247-64
52.249-1
52.249-8
LIMITATION OF LIABILITY (FEB 1997)
PREFERENCE FOR US-FLAG AIR CARRIERS (JUN 2003)
PREFERENCE FOR PRIVATELY OWNED US-FLAG COMMERCIAL VESSELS
(FEB 2006)
TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)
(APR 1984)
DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984)
Agency for International Development Acquisitions Regulation (AIDAR) Clauses
AIDAR CLAUSE
NUMBER
752.202 Alt.70 and
Alt.72
752.211-70
752.225-70
752.228-3
752.228-9
752.228-70
752.247-70
TITLE AND YEAR
DEFINITIONS ALT. 70/ALT.72 (JANUARY, 1990)
LANGUAGE AND MEASUREMENT (JUNE, 1992)
SOURCE AND NATIONALITY REQUIREMENTS (FEBRUARY, 2012)
WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT)
CARGO INSURANCE
MEDICAL EVACUATION (MEDEVAC) SERVICES (JULY 2007)
PREFERENCE FOR PRIVATELY OWNED US-FLAG COMMERCIAL VESSELS (OCT
1996)
Chemonics Doc No: FO.PROC.FT.002
Annex 1
Cover Letter
[Offeror: Insert date]
Subcontracts Team
USAID Promote: Women in Government
Chemonics Afghanistan Limited Management and Implementation Services
The Baron/Dreshak, Hawa Shanasi Road, Khawaja Rawash, Kabul, Afghanistan
Reference:
Request for Proposals [Insert RFP name and number]
Subject:
[Offeror: Insert name of your organization]’s technical and cost proposals
Dear Mr./Mrs. [Insert name of point of contact for RFP]:
[Offeror: Insert name of your organization] is pleased to submit its proposal in regard to the abovereferenced request for proposals. For this purpose, we are pleased to provide the information
furnished below:
Name of Organization’s Representative
Name of Offeror
Type of Organization
Taxpayer Identification Number
DUNS Number
Address
Address
Telephone
Fax
E-mail
___________________________
___________________________
___________________________
___________________________
___________________________
___________________________
___________________________
___________________________
___________________________
___________________________
As required by section I, I.7, we confirm that our proposal, including the cost proposal will remain
valid for [insert number of days, usually 60 or 90] calendar days after the proposal deadline.
We are further pleased to provide the following annexes containing the information requested in the
RFP.:
[Offerors: It is incumbent on each offeror to clearly review the RFP and its requirements. It is each
offeror's responsibility to identify all required annexes and include them]
I.
II.
III.
IV.
Copy of registration or incorporation in the public registry, or equivalent document from the
government office where the offeror is registered.
Copy of company tax registration, or equivalent document.
Copy of trade license, or equivalent document.
Evidence of Responsibility Statement.
Sincerely yours,
______________________
Signature
[Offeror: Insert name of your organization's representative]
[Offeror: Insert name of your organization]
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Monitoring and Evaluation Data Collection
RFP-WIG-00348
Page 40 of 49
Annex 2
Guide to Creating a Financial Proposal for a Fixed Price Subcontract
The purpose of this annex is to guide offerors in creating a budget for their cost proposal. Because the
subcontract will be funded under a United States government-funded project, it is important that all
offerors’ budgets conform to this standard format. It is thus recommended that offerors follow the
steps described below.
Step 1: Design the technical proposal. Offerors should examine the market for the proposed activity
and realistically assess how they can meet the needs as described in this RFP, specifically in section
II. Offerors should present and describe this assessment in their technical proposals.
Step 2: Determine the basic costs associated with each deliverable. The cost proposal should provide
the best estimate of the costs associated with each deliverable, which should include labor and all nonlabor costs, e.g. other direct costs, such as fringe, allowances, travel and transport, etc.
Other direct costs, i.e. non-labor, include for example the following:
1.
2.
3.
4.
5.
6.
Local travel and transportation, and associated travel expenses, if applicable,
Lodging and per diem expenses associated with travel, if applicable,
Rent
Utilities
Communications
Office supplies
Under no circumstances may cost information be included in the technical proposal. No cost
information or any prices, whether for deliverables or line items, may be included in the technical
proposal. Cost information must only be shown in the cost proposal.
Step 3: Create a budget for the cost proposal. Each offeror must create a budget using a spreadsheet
program compatible with MS Excel. The budget period should follow the technical proposal period. A
sample budget is shown on the following page.
Step 4: Write Cost Notes. The spreadsheets shall be accompanied by written notes in MS Word that
explain each cost line item and the assumption why a cost is being budgeted as well as how the
amount is reasonable.
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Monitoring and Evaluation Data Collection
RFP-WIG-00348
Page 41 of 49
Sample Budget
Offerors should revise the budget line items accordingly in response to the technical and cost
requirements of this RFP.
Design, Production and Distribution of Communication Materials for District Courts and Supreme Court
BUDGET
Offeror's Names
RFP TITLE
RFP #
No.
Desciption
1
Design
Quantity
Unit
Frequency
Unit
Cost per unit
1
1
pack
ver
4
4
court
court
Rp
Rp
100
100
Rp
Rp
Rp
Rp
exp
exp
4
8
court
court
Rp
Rp
100
100
Rp200,000
Rp400,000
Annual Report
Leaflet
Sub Total
2
2.1
2.2.
Production Cost
Annual Report
Leaflet
3
Distribution Management
PIC
500
500
Sub Total
1
Sub Total
GRAND TOTAL
Total
400
400
800
Rp 400,000
pack
4
court
Rp
100
Rp
400
Rp
Rp
400
Rp 877,100
[Instructions: Remember to insert any specific cost guidance or requirements. Reference any
applicable sections in the RFP that include cost instructions. For example, "customs duties or VAT
may not be included in the cost proposal"]
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Monitoring and Evaluation Data Collection
RFP-WIG-00348
Page 42 of 49
Annex 3
Required Certifications
SECTION 5: REQUIRED CERTIFICATIONS
The following certifications must be completed and submitted in the Technical Volume:
SECTION 5-1: CERTIFICATE OF INDEPENDENT PRICE DETERMINATION
CERTIFICATE OF INDEPENDENT PRICE DETERMINATION
_________________________(hereinafter called the "offeror")
(Name of Offeror)
(a) The offeror certifies that—
(1) The prices in this offer have been arrived at independently, without, for the purpose of
restricting competition, any consultation, communication, or agreement with any other offeror or
competitor relating to— (i) Those prices;
(ii) The intention to submit an offer; or
(iii) The methods or factors used to calculate the prices offered.
(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror,
directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid
solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by
law; and
(3) No attempt has been made or will be made by the offeror to induce any other concern to
submit or not to submit an offer for the purpose of restricting competition.
(b) Each signature on the offer is considered to be a certification by the signatory that the
signatory—
(1) Is the person in the offeror’s organization responsible for determining the prices being
offered in this bid or proposal, and that the signatory has not participated and will not participate in
any action contrary to paragraphs (a)(1) through (a)(3) of this provision; or
(2)(i) Has been authorized, in writing, to act as agent for the following principals in certifying
that those principals have not participated, and will not participate in any action contrary to
paragraphs (a)(1) through (a)(3) of this provision ____________________ [insert full name of
person(s) in the offeror’s organization responsible for determining the prices offered in this bid or
proposal, and the title of his or her position in the offeror’s organization];
(ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) of
this provision have not participated, and will not participate, in any action contrary to
paragraphs (a)(1) through (a)(3) of this provision; and
(iii) As an agent, has not personally participated, and will not participate, in any action
contrary to paragraphs (a)(1) through (a)(3) of this provision.
(c) If the offeror deletes or modifies paragraph (a)(2) of this provision, the offeror must furnish
with its offer a signed statement setting forth in detail the circumstances of the disclosure.
Company Name:
By (Signature): ___________________ Title: _____________________
Printed Name: ____________________ Date: ____________________
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Monitoring and Evaluation Data Collection
RFP-WIG-00348
Page 43 of 49
SECTION 5-2: CERTIFICATION REGARDING RESPONSIBILITY MATTERS
CERTIFICATION REGARDING RESPONSIBILITY MATTERS
(a) (1) The Offeror certifies, to the best of its knowledge and belief, that (i) The Offeror and/or any of its Principals (A) Are , are not , presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency;
(B) Have , have not , within a three-year period preceding this offer, been convicted of or
had a civil judgment rendered against them for: commission of fraud or a criminal offense
in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or
local) contract or subcontract; violation of Federal or state antitrust statutes relating to the
submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification
or destruction of records, making false statements, tax evasion, violating Federal criminal
tax laws, or receiving stolen property;
(C) Are , are not , presently indicted for, or otherwise criminally or civilly charged by a
governmental entity with, commission of any of the offenses enumerated in paragraph
(a)(1)(i)(B) of this provision;
(D) Have , have not , within a three-year period preceding this offer, been notified of any
delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains
unsatisfied.
(ii) The Offeror has
has not , within a 3-year period preceding this offer, had one or more
contracts terminated for default by any Federal agency.
(2) “Principal,” for the purposes of this certification, 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 subsidiary, division, or business segment; and similar positions). This certification
concerns a matter within the jurisdiction of an agency of the United States and the making of a false,
fictitious, or fraudulent certification may render the maker subject to prosecution under Section 1001, Title
18, US Code.
(b) The Offeror shall provide immediate written notice to Chemonics if, at any time prior to contract award, the
Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of
changed circumstances.
c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in
withholding of an award under this solicitation. However, the certification will be considered in connection with a
determination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide such
additional information as requested by Chemonics may render the Offeror nonresponsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order
to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and
information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the
ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was
placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous
certification, in addition to other remedies available Chemonics, Chemonics may terminate the contract resulting
from this solicitation for default.
Company Name:
By (Signature): ___________________ Title: _____________________
Printed Name: ____________________ Date: _____________________
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Monitoring and Evaluation Data Collection
RFP-WIG-00348
Page 44 of 49
SECTION 5-3: EVIDENCE OF RESPONSIBILITY STATEMENT
EVIDENCE OF RESPONSIBILITY STATEMENT
This statement describes the offeror’s internal policies and procedures, as well as its ability to comply with the
terms and conditions of a potential subcontract resulting from RFP No. [enter RFP number]. The offeror shall
complete the information in this statement as part of its proposal.
Company Name:
1. Authorized Negotiators
The offeror’s proposal in response to RFP No. [enter RFP number] may be discussed with any of the following
individuals. These individuals are authorized to represent our company in negotiation of this proposal.
Names of authorized negotiator(s):
These individuals can be reached at the following office:
Address:
Telephone/Email:
2. Adequate Financial Resources
We hereby certify that the above-named company maintains adequate financial resources to manage any
subcontract resulting from this offer.
3. Ability to Comply
We certify we are able to comply with the proposed schedule and period of performance, having taken into
consideration all existing business commitments, commercial as well as governmental.
4. Record of Performance, Integrity, and Business Ethics
Our record of integrity is outstanding. We have no allegations of lack of integrity or of questionable business
ethics. Our integrity can be confirmed by our Past Performance References, contained in the Technical
Volume.
5. Organization, Experience, Accounting and Operational Controls, and Technical Skills
Describe how the subcontract will be managed:
6. Equipment and Facilities
We maintain the necessary facilities and equipment to carry out the subcontract.
7. Eligibility to Receive Award
We are qualified and eligible to receive an award under applicable laws and regulation. In addition, we have
performed similar work – describe:
8. Acceptability of Subcontract Terms and Conditions
We have reviewed the solicitation document and attachments and agree to the terms and conditions set forth
therein.
I hereby certify that the above statements are true and accurate, to the best of my knowledge.
Company Name:
By (Signature): ___________________ Title: _____________________
Printed Name: ____________________ Date: _____________________
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Monitoring and Evaluation Data Collection
RFP-WIG-00348
Page 45 of 49
Annex 4
DUNS and SAM Registration Guidance
What is DUNS?
The Data Universal Numbering System (DUNS) is a system developed and regulated by Dun &
Bradstreet (D&B) - a company that provides information on corporations for use in credit decisions that assigns a unique numeric identifier, referred to as a DUNS number, to a single business entity.
The DUNS database contains over 100 million entries for businesses throughout the world, and is
used by the United States Government, the United Nations, and the European Commission to identify
companies. The DUNS number is widely used by both commercial and federal entities and was
adopted as the standard business identifier for federal electronic commerce in October 1994. The
DUNS number was also incorporated into the Federal Acquisition Regulation (FAR) in April 1998 as
the Federal Government's contractor identification code for all procurement-related activities.
Why am I being requested to obtain a DUNS number?
U.S. law – in particular the Federal Funding Accountability and Transparency Act of 2006 (Pub.L.
109-282), as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub.L.
110-252) - make it a requirement for all entities doing business with the U.S. Government to be
registered, currently through the System for Award Management, a single, free, publicly- searchable
website that includes information on each federal award. As part of this reporting requirement, prime
contractors such as Chemonics must report information on qualifying subawards as outlined in FAR
52.204-10 and 2CFR Part 170. Chemonics is required to report subcontracts with an award valued at
greater than or equal to $30,000 under a prime contract and subawards under prime grants or prime
cooperative agreements obligating funds of $25,000 or more, whether U.S. or locally-based. Because
the U.S. Government uses DUNS numbers to uniquely identify businesses and organizations,
Chemonics is required to enter subaward data with a corresponding DUNS number.
Is there a charge for obtaining a DUNS number?
No. Obtaining a DUNS number is absolutely free for all entities doing business with the Federal
government. This includes current and prospective contractors, grantees, and loan recipients.
How do I obtain a DUNS number?
DUNS numbers can be obtained online at http://fedgov.dnb.com/webform/pages/CCRSearch.jsp or by
phone at 1-800-234-3867 (for US, Puerto Rico and Virgin Island requests only).
What information will I need to obtain a DUNS number?
To request a DUNS number, you will need to provide the following information:









Legal name and structure
Tradestyle, Doing Business As (DBA), or other name by which your organization is
commonly recognized
Physical address, city, state and Zip Code
Mailing address (if separate)
Telephone number
Contact name
Number of employees at your location
Description
of
operations
and
associated
code
(SIC
code
found
at
https://www.osha.gov/pls/imis/sicsearch.html)
Annual sales and revenue information
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Monitoring and Evaluation Data Collection
RFP-WIG-00348
Page 46 of 49

Headquarters name and address (if there is a reporting relationship to a parent corporate
entity)
How long does it take to obtain a DUNS number?
Under normal circumstances the DUNS is issued within 1-2 business days when using the D&B web
form process. If requested by phone, a DUNS can usually be provided immediately.
Are there exemptions to the DUNS number requirement?
There may be exemptions under specific prime contracts, based on an organization’s previous fiscal
year income when selected for a subcontract award, or Chemonics may agree that registration using
the D&B web form process is impractical in certain situations. Organizations may discuss these
options with the Chemonics representative.
What is CCR/SAM?
Central Contractor Registration (CCR)—which collected, validated, stored and disseminated data in
support of agency acquisition and award missions—was consolidated with other federal systems into
the System for Award Management (SAM). SAM is an official, free, U.S. government-operated
website. There is NO charge to register or maintain your entity registration record in SAM.
When should I register in SAM?
While registration in SAM is not required for organizations receiving a grant under contract,
subcontract or cooperative agreement from Chemonics, Chemonics requests that partners register in
SAM if the organization meets the following criteria requiring executive compensation reporting in
accordance with the FFATA regulations referenced above. SAM.gov registration allows an
organization to directly report information and manage their organizational data instead of providing
it to Chemonics. Reporting on executive compensation for the five highest paid executives is required
for a qualifying subaward if in your business or organization's preceding completed fiscal year, your
business or organization (the legal entity to which the DUNS number belongs): (1) received 80 percent or more of its annual gross revenues in U.S. federal contracts,
subcontracts, loans, grants, subgrants, and/or cooperative agreements; and
(2) $25,000,000 or more in annual gross revenues from U.S. federal contracts, subcontracts,
loans, grants, subgrants, and/or cooperative agreements; and,
(3) The public have does not have access to information about the compensation of the
executives in your business or organization (the legal entity to which the DUNS number it
provided belongs) through periodic reports filed under section 13(a) or 15(d) of the Securities
Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the US Internal Revenue
Code of 1986.
If your organization meets the criteria to report executive compensation, the following sections of this
document outline the benefits of and process for registration in SAM.gov. Registration may be
initiated at https://www.sam.gov. There is NO fee to register for this site.
Why should I register in SAM?
Chemonics recommends that partners register in SAM to facilitate their management of
organizational data and certifications related to any U.S. federal funding, including required executive
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Monitoring and Evaluation Data Collection
RFP-WIG-00348
Page 47 of 49
compensation reporting. Executive compensation reporting for the five highest paid executives is
required in connection with the reporting of a qualifying subaward if:
a. In your business or organization's preceding completed fiscal year, your business or
organization (the legal entity to which the DUNS number belongs) received (1) 80 percent or
more of its annual gross revenues in U.S. federal contracts, subcontracts, loans, grants,
subgrants, and/or cooperative agreements; and (2) $25,000,000 or more in annual gross
revenues from U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or
cooperative agreements; and,
b. The public have does not have access to information about the compensation of the executives
in your business or organization (the legal entity to which the DUNS number it provided
belongs) through periodic reports filed under section 13(a) or 15(d) of the Securities
Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue
Code of 1986.
What benefits do I receive from registering in SAM?
By registering in SAM, you gain the ability to bid on federal government contracts. Your registration
does not guarantee your winning a government contract or increasing your level of business.
Registration is simply a prerequisite before bidding on a contract. SAM also provides a central storage
location for the registrant to supply its information, rather than with each federal agency or prime
contractor separately. When information about your business changes, you only need to document the
change in one place for every federal government agency to have the most up-to-date information.
How do I register in SAM?
Follow the step-by-step guidance for registering in SAM for assistance awards (under
grants/cooperative
agreements)
at:
https://www.sam.gov/sam/transcript/Quick_Guide_for_Grants_Registrations.pdf
Follow the step-by-step guidance for contracts registrations at:
https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations.pdf
You must have a Data Universal Numbering System (DUNS) number in order to begin either
registration
process.
If you already have the necessary information on hand (see below), the online registration takes
approximately one hour to complete, depending upon the size and complexity of your business or
organization.
What data is needed to register in SAM?
SAM registrants are required to submit detailed information on their company in various categories.
Additional, non-mandatory information is also requested. Categories of required and requested
information include:
* General Information - Includes, but is not limited to, DUNS number, CAGE Code, company name,
Federal Tax Identification Number (TIN), location, receipts, employee numbers, and web site address.
* Corporate Information - Includes, but is not limited to, organization or business type and SBAdefined socioeconomic characteristics.
* Goods and Services Information - Includes, but is not limited to, NAICS code, SIC code, Product
Service (PSC) code, and Federal Supply Classification (FSC) code.
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Monitoring and Evaluation Data Collection
RFP-WIG-00348
Page 48 of 49
* Financial Information - Includes, but is not limited to, financial institution, American Banking
Association (ABA) routing number, account number, remittance address, lock box number, automated
clearing house (ACH) information, and credit card information.
* Point of Contact (POC) Information - Includes, but is not limited to, the primary and alternate points
of contact and the electronic business, past performance, and government points of contact. *
Electronic Data Interchange (EDI) Information* - Includes, but is not limited to, the EDI point of
contact and his or her telephone, e-mail, and physical address. (*Note: EDI Information is optional
and may be provided only for businesses interested in conducting transactions through EDI.)
Annex A
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Monitoring and Evaluation Data Collection
RFP-WIG-00348
Page 49 of 49
PART.FT.039, Rev.008, 23 December 2015
FO.LPRT.FT.002
Download