RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 1 of 20 Request for Proposals RFP Number: RFP-ASI-2010-POM Description: Pomegranate Value Chain Support Services in Kandahar Province, Afghanistan. Release Date: August 10, 2010 Contact: Henry Koner Director/Contracting Officer Chemonics International Inc. hkoner@chemonics.com 202-955-3463 Deadline for Questions: 5:00PM local Washington, DC time, Friday, August 13, 2010 Due Date: 5:00PM local Washington, DC time, Tuesday, August 24, 2010 For: Afghanistan Stabilization Initiative (ASI) Contracting Entity: Chemonics International Inc. (acting for the ASI-S Project, and referred to herein as “Chemonics” or “ASI-S” Funded by: United States Agency for International Development (OTI), Office of Transition Initiatives (OTI) Contract No. DOT-1-00-08-00033 Work Order #1 Place of Performance: Kandahar Province, Afghanistan Contents of RFP: SECTION 1 SECTION 2 SECTION 3 SECTION 4 ATTACHMENT A ATTACHMENT B ATTACHMENT C Scope of Work Proposal Instructions Selection Criteria and Process Clauses Incorporated by Reference Budget Template Certification of Compliance, per FAR 52.223-13 Certification of Non-consent to Subcontract RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 2 of 20 1. SCOPE OF WORK 1a. Background Information The Afghanistan Stabilization Initiative South (ASI South) program funded by the United States Agency for International Development (USAID) provides assistance to the Government of the Islamic Republic of Afghanistan (GIRoA) and the U.S. military to achieve stability in southern Afghanistan. This program is an initial step in bringing stability to violence-prone areas of Afghanistan through the administration of a grants-under-contract program. The initial objectives of ASI are to: 1) create conditions that build confidence between communities and the GIRoA through the improvement of the economic and social environment in the region; and 2) increase public access to information about the GIRoA’s social, economic and political activities and policies in Afghanistan. In order to achieve these objectives, ASI will distribute in-kind resources, provide short-term technical assistance, and distribute goods and services in target areas to support GIRoA and U.S. military counterinsurgency efforts. Chemonics International Inc. (Chemonics) as prime contractor to USAID’s Office of Transition Initiatives (OTI) implementing ASI South in the southern provinces of Kandahar and Helmand, Afghanistan, is soliciting proposals from a qualified company or organization to support the implementation of pomegranate value chain programs in southern Afghanistan. The proposed subcontract will be priced by the offeror as a Firm Fixed-Price Subcontract under a fixed-price pricing structure. Pomegranate value chain programs implemented under the anticipated subcontract will be performed and tracked in accordance with specific Work Orders authorized by Chemonics corresponding to an OTI approved activity for ASI South. Kandahar Province has a population in excess of 1 million people. It is estimated that 80% of the population is engaged in farming. Improving productivity and expanding markets for products from this region has the potential to have a significant impact on the overall economy of the southern region. The purpose of this proposed subcontract is to provide support along the pomegranate value chain in Kandahar Province, specifically Arghandab District, to further increase farmers’ income by developing markets for all quality levels of pomegranates either through direct export or through sale of primary and secondary quality levels to recently developed domestic markets. Kandahar Province is increasingly on the frontlines of a violent and unpredictable conflict between Coalition Forces supported by the Government of the Islamic Republic of Afghanistan (GIRoA) and insurgent and anti-government elements that seek to undermine or discredit GIRoA. Firms are invited to submit offers in response to this Request for Proposals (RFP) in accordance with Section a (Instructions to Offerors). This section will not form part of the subcontract; it is intended to assist offerors in the preparation of their proposals. This RFP also incorporates by reference US Federal Acquisition Regulation 52.215-1 (“Instructions to Offerors—Competitive Acquisitions,” JAN 2004) to serve as guidance for topics not specifically addressed in the instructions below. Failure to adhere with instructions described herein may lead to disqualification of a proposal from consideration. 1b. Subcontractor’s Scope of Work The selected subcontractor will provide direct assistance to pomegranate producers, as well as any necessary assistance to pomegranate value chain operators such as traders, processors, distributors, wholesalers and/or exporters to improve the quality and quantity of the 2010 pomegranate harvest and to see this crop safely and profitably to its final market. It is anticipated that this assistance will improve the short-term incomes for pomegranate producers in this critical and insecure time for Kandahar Province, and that this increased income will contribute to improved stability in the affected areas. RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 3 of 20 The objective of this RFP is to purchase technical services to provide support to the pomegranate harvest and provide technical assistance so that producers and small and medium size traders are able to improve their livelihoods through product differentiation and access to new and existing domestic and international markets, as described below. This Statement of Work envisions a multifaceted approach designed to garner the greatest value for the farmers and traders for the pomegranates produced specifically focusing on the Arghandab District within Kandahar Province. The subcontract will support more farmers and traders in adopting export standards and facilitate access to new and existing domestic and international markets by: Providing on the job training at up to 20 previously identified village collection center locations in Arghandab using experienced agriculture extension workers. This training should instruct at least 300 producers, packers, graders and traders on how to sort, grade, package and maintain the freshness of pomegranates for transport to both the domestic and international buyers. Providing on the job quality control training to at least 300 producers, packers, graders and traders to ensure the pomegranates being shipped meet the requirements of the specific domestic and/or international market. Monitoring the sorting, grading and packaging process at the 20 previously identified village collections centers to ensure the producers, packers, graders and traders are meeting the requirements of the specific domestic and/or international market. Providing training to at least 20 small and medium size traders to understand the quality and packaging standards specific to the domestic processing market and the fresh export markets in the United Arab Emirates and India. Improving the added value of pomegranates and its seconds through linkages to domestic and international markets, including facilitating transportation and monitoring deliveries. 1b. (i) Activities Following are the main activities of the assignment, their content and duration, phasing and interrelations. Provide on the job training at up to 20 previously identified village collection center locations in Arghandab using experienced agriculture extension workers. This training should instruct at least 300 producers, packers, graders and traders on how to sort, grade, package and maintain the freshness of pomegranates for transport to both the domestic and international buyers. This training should begin within seven (7) days of contract award and continue through mid-November 2010 or until the harvest is complete. Provide on the job quality control training to at least 300 producers, packers, graders and traders using experienced agriculture extension workers to ensure the pomegranates being shipped meet the requirements of the specific domestic and/or international market. This training should begin within seven (7) days of contract award and continue through mid- November 2010 or until the harvest is complete. Monitor the sorting, grading and packaging process at the 20 previously identified village collections centers to ensure the producers, packers, graders and traders are meeting the requirements of the specific domestic and/or international market. This monitoring must be conducted by experienced agriculture extension workers and is intended to ensure quality RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 4 of 20 standards are being met for the specific market as well as ensuring those individuals involved in the sorting, grading and packaging understand the linkage between meeting specific market standards and increased income. This monitoring should be conducted at all 20 previously identified village collection centers and begin within seven (7) days of contract award and continue through mid-November or until the harvest is complete. Provide training to at least 20 small and medium size traders to understand the quality and packaging standards specific to the domestic processing market and the fresh export markets in the United Arab Emirates and India. This training must begin within fourteen (14) days of contract award. Improve the added value of pomegranates and its seconds through linkages to domestic and international markets, including facilitating transportation and monitoring deliveries to the domestic processing market and to the United Arab Emirates and India. Provide marketing and/or trade advisors to develop new domestic processing and fresh export market linkages to the United Arab Emirates and India by identifying and exploiting new markets, establishing and/or reestablishing contacts with buyers, identifying specific buyer requirements, assessing transportation logistics and monitoring the transportation and delivery process. 1b. (ii) Work Schedule 1c. A work schedule from September 23, 2010 until February 1, 2011 should be included in the technical approach and is expected to begin within seven days of award, more quickly if necessary. There should be details of personnel on the ground in Afghanistan, the start-up and full operations activities that will begin upon the commencement of the project. Expected Deliverables The successful offeror shall provide the following deliverables: 1. Weekly, Monthly and Completion Reports Weekly Activity Reports. The weekly activity report, of no more than one page summarizing the activities taking place that week. Monthly Progress Reports. Monthly narrative progress reports should be submitted on the 15 of each month, or the next business day if the 15th falls on a weekend or holiday. Chemonics will provide the successful offeror with guidance regarding report content including, but not limited to, indicators that should be reported. Chemonics reserves the right to withhold payments pending timely submission of monthly progress/narrative reports. Completion Report. The report will include the following sections: (1) A summary of the activity objectives and achievements; (2) A summary of the activity implementation process, lessons learned and recommendations; (3) Description of project impact and results, based on the indicators presented in the application as well as any other anecdotal information, stakeholder or observer commentary etc.; (4) A discussion of how ASI grants program funding contributed to the objectives of the program and to the purpose and objectives of OTI Afghanistan, and; (5) Any photos and/or press clippings of the activities. 2. Farm to Market Training, Quality Control and Monitoring Report: The report will summarize the results of the on the job sorting, grading, packaging training; the on the job quality control training and the monitoring of farm to market process at the 20 RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 5 of 20 previously identified village collection centers. The report will detail the results of the trainings and summarize the process and results of getting the 2010 pomegranate harvest sorted, graded and packed from Arghandab district to specific target markets, identifying strengths and weakness in the process and providing recommendations for future donor support. 3. Farm to Market Trader Training Report: The report will summarize the results of training the small and medium size traders to better understand the changing domestic and export market conditions and the quality/packaging standards specific to both the domestic processing market and the fresh export markets in the United Arab Emirates and India. The report will identify the strengths and weakness of the small and medium size traders as they relate to the overall farm to market process and provide recommendations for future donor support to this group. 4. Pomegranate Farm to Market Report 2010: The report will summarize the farm to market process for the 2010 pomegranate harvest, identifying the specific linkages made to domestic and international markets, each buyer and their specific requirements, the transportation logistics and delivery process. The report will also identify the strengths and weaknesses of the 2010 farm to market process and provide recommendations for support to the 2011 harvest. 4b. Additionally, the offeror shall propose and meet the following illustrative outputs/indicators: 1d. Illustrative Deliverable Schedule Deliverable No.* 1. 2 3 4 # of Afghans to be employed # of employment days to be generated # of people to be trained # and duration of jobs to be created by this activity (i.e., 23 short-term) Deliverable Name* Weekly, Monthly and Completion Reports Farm to Market Training, Quality Control and Monitoring Report Farm to Market Trader Training Report Pomegranate Farm to Market Report 2010 Final Due Date XXX, 2011 XXX, 2010 XXX, 2010 XXX, 2011 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 Section O herein. 1e. Type of Subcontract Chemonics anticipates awarding a firm, fixed price subcontract, with payment to be made upon completion of deliverables and monitoring reports. The resulting subcontract shall contain all necessary terms and conditions for firm, fixed price subcontracts as required by Chemonics. Chemonics reserves the RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 6 of 20 right to make minor revisions to the content, order, and numbering of the provisions in the actual subcontract document to be executed by Chemonics and the successful offeror. 2. 2a. PROPOSAL INSTRU CTIONS Eligibility Offerors shall be able to comply with the proposed scope of work and have a satisfactory performance record and record of integrity and business ethics. Applicants shall abide by the terms of the United States Anti-kickback Act of 1986, which will be included as FAR 52.203-7 ANTI-KICKBACK PROCEDURE (JUL 1995) in any resulting subcontract. It can be found at http://www.acquisition.gov/far/current/html/52_200_206.html#wp1137568. Eligible organizations: — Local for-profit consulting firms: Interested organizations shall have legal capacity to enter into a subcontract and shall be a registered organization. Organizations shall have the financial resources to perform subcontracts and shall have fulfilled all tax obligations. — Local non-profits or NGOs who are qualified to provide services and have the capacity to self-finance. — International organizations legally registered in country Ineligible organizations: — Individuals — Government entities, — Organizations that appear on the List of Parties Excluded from Federal Procurement and Non-Procurement Programs. The list can be found at http://epls.gov. — Individuals and organizations listed in the Specially Designated Nationals and Blocked Persons list from the Office of Foreign Assets Control. The list can be found at http://www.treas.gov/offices/enforcement/ofac/sdn/t11sdn.pdf — Individuals and organizations listed in the UN Consolidated List established by the 1267 Committee. The list can be found at http://www.un.org/sc/committees/1267/pdf/consolidatedlist.pdf 2b. Dates and Submission Details The estimated schedule for this procurement is: Steps of the Request Date Issue date of the RFP Deadline for the submission of questions/clarifications Date by which the project will answer all questions Deadline for Submission of Proposal Estimated Award Decision date Subcontract estimated period of performance August 10, 2010 August 13, 2010 August 18, 2010 August 24, 2010 September 17, 2010 o/a September 23, 2010 to February 1, 2011 Comments The offerors shall send their questions and/or request for clarifications via email to Henry Koner, Project Director, at hkoner@chemonics.com. The RFP Number should be included in the subject line of your RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 7 of 20 email. All questions and answers will be sent to all eligible offerors. ASI-S will not accept phone calls regarding this Request for Proposals. All inquires and correspondence regarding this procurement should be directed only in writing to the program official(s) noted above. An RFP amendment will be issued if necessary. Submission of proposals: Proposals must be submitted electronically. Offeror shall submit their proposal electronically by internet email with up to 3 attachments (2MB limit) per email compatible with MS WORD, Excel. Pages requiring original manual signatures should be included electronically using scanned signatures. The technical and financial proposals should be separate documents. The technical proposal must not include any financial information. Late applications will not be accepted. Electronic copies: Signed MS word and PDF electronic formats are welcome and should be emailed to hkoner@chemonics.com by the date and time of the deadline. An electronic copy of both technical and financial proposal should be included in the submission in formats compatible with MS Word, pdf and Excel. Formulas in the financial proposal shall be unlocked to allow ASI-S to analyze the calculations. 2c. Instructions to Interested Organizations All proposals shall be submitted in English. Proposals should be single-spaced using a minimum of a 11point type. Technical Proposal The proposal for providing the services and activities included in the Scope of Work must not exceed 15 pages (cover page, table of contents, section dividers and CVs do not count against the page limitation) and must include the following sections: 1. A cover letter by the interested organization stating the name, designation, and address of the key contact person (organization’s legally authorized negotiator), the organization’s full address, telephone, and email address. 2. A brief technical approach to implementing this activity, of no more than 10 pages total that describes the approach, proposed activities, proposed outputs and impact indicators and an Excel format work plan outlining the timeline for activities. 3. A work plan including timelines and staff allocation. 4. CVs of Key proposed professional staff and the authorized representative submitting the application. The CVs submitted shall clearly spell out the qualifications and competence of the proposed staff in terms of: General qualifications (both academic and general work experience), specific skills possessed by the proposed personnel that are relevant to this scope of work (see Section B); relevant work experience (both long-term employment and shortterm consultancies). 5. Information on past performance, briefly describing at least four (4) recent contracts of similar scope and duration. The information supplied must include the legal name and address of the organization for which services were performed, a description of the work performed, the duration of the work and dollar value of the contracts. Previous contract activities in Southern Afghanistan will have the highest consideration. Failure to submit complete and accurate information regarding previous similar or related contracts or subcontracts is grounds for disqualification from award. Any offer not including this information will be accepted at the discretion of the evaluation committee. 6. Copy of official license of legal registration in Afghanistan from the Afghanistan Investment RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 8 of 20 Support Agency (if applicable) The Technical Proposal shall not make any reference to cost data in order that the evaluation thereof may be made strictly on the basis of technical merit. Cost proposal There is not a page limit for the cost proposal. Offerors are to bid on the specific activity described in Section 1, Statement of Work. Cost proposals shall include a fully completed Budget. Offerors are not permitted to use subcontractors for this work, but must complete all contracting work using the resources of their own firm. This is in accordance with Attachment B, Certification of Compliance to Subcontract. Supporting information should be provided in sufficient detail to allow a complete analysis of each cost element. Prices must be quoted on an all-inclusive basis. Additional taxes or fees are not to be added later. Offers must show unit prices, quantities, and total price. All items, services, fees, etc. must be clearly labeled and included in the total price. The cost proposal must also include the following information to determine reasonableness and realism of the proposed costs. 1. Cost / Budget for providing the services in the Scope of Work; (must show costs of proposed activities) including labor costs, materials, travel, and other direct costs. 2. Documentation of audited indirect rates, if applicable, and fees charged by the organization, including clear information on how indirect rates are applied to bases. Organizations that do not have audited indirect rates shall submit their audited financial statements for the last three years AND copies of at least two contracts from the past three years. 3. A copy of a valid certificate of registration. 4. Detailed salary history or biodata forms for all proposed personnel 5. The complete names and dates of birth of all proposed personnel 2d. Validity of Proposal Proposals should have a 90-day validity period from the proposal submission date. Within the proposal’s validity term, the project reserves the right to: i) accept your proposal in full or in part, ii) conduct negotiations and/or request clarifications prior to award and iii) cancel for convenience the whole procurement procedure for this RFP. 2e. Conflict of Interest Offerors and its proposed personnel shall disclose any factors that could limit the organization’s independence to perform the services such as relationship with counterpart employees, past employment, etc. 2f. Source, Origin, and Nationality The following applies to this RFP, all related correspondence, and any resulting subcontract: A. Definitions: 1. Cooperating Country: “Cooperating country” means Afghanistan. RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 9 of 20 Source: “Source” means the country from which a commodity is shipped to the cooperating country or the cooperating country itself if the commodity is located therein at the time of purchase. However, where a commodity is shipped from a free port or bonded warehouse in the form in which received therein, “source” means the country from which the commodity was shipped to the free port or bonded warehouse. 3. Origin: The “origin” of a commodity is the country or area in which a commodity is mined, grown, or produced. A commodity is produced when, through manufacturing, processing, or substantial and major assembling of components, a commercially recognized new commodity results that is substantially different in basic characteristics or in purpose or utility from its components. 4. Nationality: “Nationality” refers to the place of incorporation, ownership, citizenship, residence, etc. of suppliers of goods and services. B. Application: The source, origin, and nationality of all goods and services in response to this RFP must meet the USAID geographic code 935 requirements detailed in the Code of Federal Regulations (CFR), 22 CFR §228 and the Automated Directives System (ADS), ADS Chapter 260 2. No items, items with components from, or related services may be offered from the following countries: Cuba, Iran, Iraq, Laos, Libya, North Korea, 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). 2g. Payment Terms The following payment terms are applicable and not negotiable: The activity will be implemented under a firm, fixed price subcontract. The offeror shall be paid against submission and acceptance of deliverables, with supporting documentation as required by Chemonics International. Any invoices not accompanied by approved documentation shall not be paid. This subcontract is payable entirely in the currency indicated in the cover page. 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. Chemonics will pay the Subcontractor’s invoices, within thirty (30) business days after the following conditions have been fulfilled: the work performed and invoiced by Subcontractor has been approved by Chemonics; the invoice has been submitted with the required report(s), in compliance with Section 4, above. the Subcontractor has delivered a proper invoice. Payment for services will be subject to an implementation schedule, which will be based on the proposal of the offeror, and specified in the subcontract. The delivery schedule will specify the required start date of implementation, the required completion date for each stage of the work, and the required completion date for the entire activity. The subcontractor is required to adhere to the delivery schedule specified in the subcontract. If delays in implementation are anticipated, the contractor should identify specific delays in the Weekly Activity Reports and, if needed, submit a written request for authorized delays in implementation. 3. SELECTION CRITER IA AND PROCESS RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 10 of 20 3a. Selection Criteria The quality of each offer will be evaluated in accordance with the selection criteria and the associated weighting as specified below: Approach a) Comprehensive plan for proposed pomegranate value chain activities addressing the requirements in Sections A, B, and C b) Ability to mobilize and become operational within 1 week of award c) Demonstration of offeror’s familiarity with pomegranate value chain activities in southern Afghanistan. Addressing the requirements in Sections A, B, and C. Past Performance a) Demonstration of offeror’s experience performing similar work with respect to scope, size, and complexity. b) Description of offeror’s prior experience doing similar work in Afghanistan and other conflict countries. Management and Personnel a) Qualifications and skills of proposed key personnel and proposed management structure for the pomegranate value chain program b) Skills working in conflict countries and/or previous OTI experience c) Existence of operational platform in Afghanistan 3b. Points: 40 40 20 Selection Process Subcontract awards will be based on a “best value determination” approach. In the event that the Project determines that one offer is technically superior, yet more expensive, the Project can award to that offeror based on the evaluation that offers the best overall value given the price/technical tradeoff. The combined technical evaluation factors in the table above are more important than cost or price. However, ASI-S will not select an offeror for award on the basis of a superior technical proposal without considering cost. Cost will be evaluated on the basis of cost reasonableness, allowability, and realism. Cost realism will be based on considerations such as the following: - Are proposed costs realistic for the work to be performed? Do the costs reflect a clear understanding of RFP requirements? Are the costs consistent with the various elements of the Offeror’s technical proposal? A technical/cost trade-off analysis will be performed by ASI-S to determine the best value to the project. ASI-S will notify via phone and e-mail the selected organization(s). RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 11 of 20 3c. Last disposition Please note that in submitting a response to this RFP, the offeror understands and agrees that proposal protests will not be considered. It further understands that USAID and the US Embassy are not a party to this procedure; therefore will not consider protests made to it under USAID-financed subcontracts. ASI-S, at its sole discretion and in consultation with its home office in Washington DC, might entertain debriefs with the unsuccessful offerors upon a request submitted no more that 10 days after the announcement of the awards. RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 12 of 20 4. SUBCONTRACT CLAUSES INCORPORATED BY REFE RENCE The resulting fixed price subcontract, in addition to the terms and conditions listed therein, will also incorporate 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 http://www.arnet.gov/far/ and http://www.info.usaid.gov/pubs/ads/aidar9-1.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 52.203-11 52.203-12 52.209-6 52.211-18 52.215-2 52.215-14 52.222-19 52.222-21 52.223-6 52.225-13 52.225-14 52.227-1 52.227-2 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) CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (MAY 1997) LIMITATION OF PAYMENT TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (JUN 2003) PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (SEP 2006) VARIATION IN ESTIMATED QUANTITY (APR 1984) AUDIT AND RECORDS - NEGOTIATION (JUN 1999) INTEGRITY OF UNIT PRICES (OCT 1997) CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (JUN 2004) PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) DRUG FREE WORKPLACE (JAN 2001) RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAR 2005) INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT (FEB, 2000) AUTHORIZATION AND CONSENT (JUL 1995) NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 13 of 20 52.227-9 52.228-3 52.229-6 52.236-3 52.236-5 52.236-6 52.236-7 52.236-9 52.236-10 52.236-11 52.236-12 52.236-13 52.236-14 52.236-15 52.236-16 52.236-17 52.236-21 52.242-15 52.243-1 (Alt I) 52.246-12 52.246-21 52.246-25 52.249-1 52.249-10 INFRINGEMENT (AUG 1996) REFUND OF ROYALTIES (APR 1984) WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT) (APR 1984) TAXES - FOREIGN FIXED PRICE CONTRACTS (JAN 1991) SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APR 1984) MATERIAL AND WORKMANSHIP (APR 1984) SUPERINTENDENCE BY THE CONTRACTOR (APR 1984) PERMITS AND RESPONSIBILITIES (NOV 1991) PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS (APR 1984) OPERATIONS AND STORAGE AREAS (APR 1984) USE AND POSSESSION PRIOR TO COMPLETION (APR 1984) CLEANING UP (APR 1984) ACCIDENT PREVENTION (NOV 1991) AVAILABILITY AND USE OF UTILITY SERVICES (APR 1984) SCHEDULES FOR CONSTRUCTION CONTRACTS (APR 1984) QUANTITY SURVEYS (ALT I) (APR 1984) LAYOUT OF WORK (APR 1984) SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (APR 1984) STOP-WORK ORDER (APR 1984) CHANGES – FIXED PRICE (AUG 1987) INSPECTION OF CONSTRUCTION (AUG 1996) WARRANTY OF CONSTRUCTION (APR 1984) LIMITATION OF LIABILITY – SERVICES (FEB 1997) TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXEDPRICE) (APR 1984) DEFAULT (FIXED-PRICE CONSTRUCTION) (APR 1984) Agency for International Development Acquisitions Regulation (AIDAR) Clauses AIDAR CLAUSE NUMBER 752.202 Alt.70 and Alt.72 752.211-70 752.225-70 752.228-3 752.228-9 752.228-70 752.7005 752.7009 752.7025 752.7027 TITLE AND YEAR DEFINITIONS ALT. 70/ALT.72 (JANUARY, 1990) LANGUAGE AND MEASUREMENT (JUNE, 1992) SOURCE, ORIGIN AND NATIONALITY REQUIREMENTS (FEBRUARY, 2007) WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT) CARGO INSURANCE MEDICAL EVACUATION (MEDEVAC) SERVICES SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE DOCUMENTS (OCTOBER, 1997) MARKING (JANUARY, 1993) APPROVALS (APRIL, 1984) PERSONNEL (DECEMBER, 1990) RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 14 of 20 752.7032 752.7033 752.7034 INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION (JANUARY, 1990) PHYSICAL FITNESS (JULY, 1997) ACKNOWLEDGEMENT AND DISCLAIMER (DECEMBER, 1991) RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 15 of 20 ATTACHMENT A, BUDGET TEMPLATE QUANTITY Farm to Market Training, Quality Control and Monitoring Long-Term Expatriates Sub-total Long-Term Expatriates Short-Term Expatriates Sub-total Short-Term Expatriates Long Term Local Staff Sub-total Long-Term Local Staff Short-Term Local Staff Sub-total Short-Term Local Staff Total Farm to Market Training, Quality Control and Monitoring Farm to Market Trader Training Long-Term Expatriates Sub-total Long-Term Expatriates Short-Term Expatriates Sub-total Short-Term Expatriates Long Term Local Staff Sub-total Long-Term Local Staff Short-Term Local Staff Sub-total Short-Term Local Staff Total Farm to Market Trader Training Pomegranate Farm to Market 2010 Support Long-Term Expatriates Sub-total Long-Term Expatriates UNIT COST/UNIT TOTAL COST RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 16 of 20 Short-Term Expatriates Sub-total Short-Term Expatriates Long Term Local Staff Sub-total Long-Term Local Staff Short-Term Local Staff Sub-total Short-Term Local Staff Total Pomegranate Farm to Market 2010 Support Weekly, Monthly and Completion Reports Long-Term Expatriates Sub-total Long-Term Expatriates Short-Term Expatriates Sub-total Short-Term Expatriates Long Term Local Staff Sub-total Long-Term Local Staff Short-Term Local Staff Sub-total Short-Term Local Staff Total Weekly, Monthly and Completion Reports TOTAL LABOR (FULLY LOADED) Travel and Per Diem Facilities and Office Equipment Vehicles Training Materials and Setup Other Categories as needed TOTAL DIRECT COSTS TOTAL COST RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 17 of 20 ATTACHMENTS B-C REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS The Offeror shall complete all forms and sections included within Attachment A, "Representations, Certifications, and Other Statements of Offeror," and sign and date on the last page in the space provided. RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 18 of 20 ATTACHMENT B: CERTIFICATION OF COMPLIANCE, PER FAR 52.223-13 (AUG 2003) (insert name of company) (hereinafter called the "offeror") The offeror hereby certifies the following: 1. Authorized Negotiators The Company Name proposal in response to Pomegranate Value Chain RFP may be discussed with any of the following individuals. These individuals are authorized to represent Company Name in negotiation of this offer in response to Pomegranate Value Chain RFP. List Names of Authorized signatories These individuals can be reached at Company Name office: Address Telephone/Fax Email address 2. Adequate Financial Resources Company Name has adequate financial resources to manage any subcontract resulting from this offer. 3. Ability to Comply Company Name is able to comply with the proposed delivery of performance schedule having taken into consideration all existing business commitments, commercial as well as governmental. 4. Record of Performance, Integrity, and Business Ethics Company Name’s record of integrity is outstanding. Company Name has no allegations of lack of integrity or of questionable business ethics. Our integrity can be confirmed by our references in our Past Performance References, contained in the Technical Volume. 5. Organization, Experience, Accounting and Operational Controls, and Technical Skills (Offeror should explain which department will be managing the contract, type of accounting and control procedure they have to accommodate the subcontract type.) 6. Equipment and Facilities (Offeror should state they have necessary facilities and equipment to carry out the subcontract.) 7. Eligibility to Receive Award (Offeror should state that they are qualified and eligible to receive an award under applicable laws and regulation and if they have performed work of similar nature under similar mechanisms for USAID. They should provide their DUNS number here as well, if applicable.) 8. Commodity Procurement (Offeror should state that the source and origin of all the commodities that will be purchased under this subcontract. The offeror should also state the local availability of all commodities to be purchased, and the estimated time required to purchase the items and transport them to the work site. RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 19 of 20 9. Cognizant Government Audit Agency (Offeror should provide name, address, phone of their auditors, and whether it is DCAA or independent CPA, if applicable) 10. Acceptability of Subcontract Terms and Conditions The offeror has reviewed the solicitation document and attachments and agrees to the terms and conditions set forth therein. ___________________________________ Company Name ___________________________________ Name and title of authorized representative ___________________________________ Signature ___________________________________ Date RFP-ASI-2010-POM Pomegranate Value Chain Assistance, Phase 2 Page 20 of 20 ATTACHMENT C: CERTIFICATION OF NON-CONSENT TO SUBCONTRACT (insert name of company) (hereinafter called the "offeror") The offeror hereby certifies the following: 1. Non-consent to subcontract The Company Name proposal in response to Pomegranate Value Chain Assistance RFP hereby acknowledges that Company Name is not authorized to subcontract out any portion or component of this activity to another subcontractor. ___________________________________ Company Name ___________________________________ Name and title of authorized representative ___________________________________ Signature ___________________________________ Date