RFP_14_039_NGWare - DELIVER Project

advertisement
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP NO: 14_039
REQUEST FOR PROPOSAL
FIXED PRICE GOODS OR SERVICES
(FIELD)
RFP NO: 14_039
PART A: COVER PAGE
ISSUED TO: Deliver Website and a Short List of Eligible Vendors
SUBJECT:
Facilities.
Request for Proposal for Warehousing Services in Pharmaceutical Grade Storage
The USAID | DELIVER PROJECT (herein referred to as “the Project”) under John Snow, Inc.
(JSI) is soliciting proposals for the provision of Subject services as described in the attached
Statement of Work. The Project is funded by the U.S. Agency for International Development
(USAID) and is subject to all applicable Federal Acquisition Regulation (FAR) and AID
Acquisition Regulations (AIDAR). Please submit your most competitive proposal in accordance
with the attached instructions, with all required certifications. Any subcontract issued as a result
of this RFP will be subject to all instructions, certifications, terms and conditions, and
specifications included in this RFP. This solicitation document includes the following parts:
PART A: COVER PAGE .................................................................................................. 1
PART B: INSTRUCTIONS............................................................................................... 2
PART C: STATEMENT OF WORK ................................................................................. 5
This document is a request for proposals only, and in no way obligates the Project or USAID to
make any award. Award(s) made subsequent to this solicitation will be subject to the terms and
conditions described herein.
All proposals, inquiries, and correspondence, including the RFP number, pertaining to this
solicitation are to be directed to the attention of: allison_ebrahimi_gold@jsi.com
Allison Ebrahimi Gold
John Snow, Inc.
USAID | DELIVER PROJECT
1616 North Fort Myer Drive
Arlington, Virginia 22209, USA
Fax: 703/528-7480.
___________________________________________
M. Vanden Bossche
Contract Administrator
John Snow, Inc.
__________________
Date
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP NO: 14_039
PART B: INSTRUCTIONS
a) DEFINITIONS
Offeror: The individual or firm providing proposals for the supplies or services requested
under this RFP
Subcontractor: The individual or firm awarded the services requested under the RFP in the
form of a subcontract
b) PROPOSAL DEADLINE AND REQUIREMENTS
The Offeror shall submit a proposal addressing the terms and conditions of this RFP by 5:00
pm EST time on September 23, 2014 to the email address as provided in Part A on the cover
page. Please submit all questions by 5:00 pm EST September 9, 2014 to the email address
provided on the cover page. All questions and answers will be listed on the Deliver Website
by 5:00 pm EST on September 13, 2014.
The Technical and Cost Proposals should be submitted separately in two clearly marked
PDFs.
The written proposal should not be of excessive length and must contain the following
information:
i)
Technical Volume

A concise technical proposal on how the Offeror will carry out the activity with a detailed
work plan and schedule of tasks.

Also provide past performance references for the last three years, including the
following: name of firm, name of contact, address of firm, telephone number of firm,
email for firm, dollar amount of contract for each reference.

A set of relevant attachments to the proposal (optional) which further document or
explain the Offeror’s approach and qualification, e.g. institutional brochure, etc.

A description of the Offeror’s capability and experience in undertaking this task.
ii)
Cost Proposal

A fixed unit price for each category of deliverable: 1) receiving and storage, price per
pallet charge by month and by day, and 2) pick/pack and dispatch charge, etc. The
unit prices will need to include all costs.

Please provide financial statements for the last three fiscal years.
REQUEST FOR PROPOSAL
RFP NO: 14_039

John Snow, Inc.
Please provide proof of business registration in Nigeria
JSI RESERVES THE RIGHT, IN ITS SOLE DISCRETION, TO MODIFY THE REQUEST,
TO ALTER THE SELECTION PROCESS IN ANY WAY, TO ASK FOR ADDITIONAL
INFORMATION FROM Offerors, TO REJECT ANY AND ALL PROPOSALS AND/OR
TO MODIFY OR AMEND THE SCOPE OF THE PROPOSALS SUBMITTED. THE
RELEASE OF THIS RFP IS NOT A COMMITMENT TO AWARD A CONTRACT.
Each Offeror acknowledges and agrees that the preparation of all materials for submittal to
JSI and all presentations made by the Offeror are at the Offeror’s sole cost and expense, and
JSI shall not, under any circumstances, be responsible for any cost or expense incurred by an
Offeror. All documentation and/or materials submitted with a proposal shall become and
remain the property of JSI.
c) OFFER VALIDITY
The Offeror's technical and cost proposals must remain valid for not less than 60 calendar
days after the deadline specified above. Proposals must be signed by an official authorized to
bind the Offeror to its provisions.
d) FINANCIAL RESPONSIBILITY
Offerors which are firms and not individuals, must certify in the proposal submitted to the
Project that they have the financial viability and resources to complete the proposed activities
within the period of performance and under the terms of payment outlined in the Statement
of Work. The USAID | DELIVER PROJECT reserves the right to request and review the
latest financial statements and audit reports of the Offeror as part of the basis of the award.
e) NEGOTIATIONS
The Offeror's most competitive proposal is requested. It is anticipated that any award issued
will be made solely on the basis of an Offeror’s proposal. However, the Project reserves the
right to request responses to additional technical, management and cost questions which
would help in negotiating and awarding a subcontract. The Project also reserves the right to
conduct negotiations on technical, management, or cost issues prior to the award of a
subcontract. In the event that an agreement cannot be reached with an Offeror the Project
will enter into negotiations with alternate Offerors for the purpose of awarding a subcontract
without any obligation to previously considered Offerors.
f) REJECTION OF PROPOSALS
The Project reserves the right to reject any and all proposals received, or to negotiate
separately with any and all competing Offerors. Offerors whose proposals are not selected
will be notified in writing.
REQUEST FOR PROPOSAL
RFP NO: 14_039
John Snow, Inc.
g) INCURRING COSTS
The Project is not liable for any cost incurred by Offerors during preparation, submission, or
negotiation of an award for this RFP. The costs are solely the responsibility of the Offeror.
h) CANCELLATION
The Project may cancel this RFP without any cost or obligation at any time until issuance of
a Subcontract.
i) SUBCONTRACT AWARD
i)
Selection Criteria
Proposals will be evaluated first to ensure that they meet all mandatory requirements.
Proposals that fail to meet these requirements will receive no further consideration. A
non-responsive proposal to any element may be eliminated from consideration.
For the purpose of selection, the evaluation will be based on an assessment of the
proposal, including, but not limited to, the following:







iii)
Technical capability and expertise
Responsiveness to the RFP
Ability to meet the deliverable requirements
Business status certification
Past Performance References
Regulatory Compliance
Cost/budget proposal
CONTRACT TYPE
The contracting document will be an IDIQ Time and Materials with Commercial Rates
Contract to be awarded once a Subcontractor has been selected. The guiding USAID
FAR and AIDAR clauses will be included, along with invoicing information. Work
Orders will be issued based upon the contract that will include a statement of the total
ceiling price; the scope with stated deliverables and due dates. Please be advised that
under Work Orders, the work must be done within the specified price. Therefore, the
Offeror is duly advised to provide its most competitive and realistic unit cost proposal to
cover all foreseeable expenses related to the tasks outlined in the Statement of Work.
j) REPRESENTATIONS AND CERTIFICATIONS
The proposal shall be accompanied by any requested representations or certifications signed
by an authorized official of the Offeror.
REQUEST FOR PROPOSAL
RFP NO: 14_039
John Snow, Inc.
PART C: STATEMENT OF WORK
The Statement of Work for this RFP is as described below:
a) BACKGROUND
John Snow, Inc. has had an Indefinite Delivery Indefinite Quantity Contract with the US Agency
for International Development since 2006. Under this contracting mechanism the USAID |
DELIVER PROJECT has been issued seven (7) Task Orders. Included in the Statement of Work
for the IDIQ is the storage of commodities. The project seeks the ability to store or cross dock,
insure, and pick/pack public health commodities in Nigeria. A portion of the consignments are to
be warehoused centrally in Abuja and subsequently shipped to the states when the need arises.
In addition to its currently available space provided under a third party logistics warehousing
services subcontract, USAID|DELIVER PROJECT requires more warehousing space. There is a
need for long term, short term, and cross docking services. Products may be arriving after
clearance from ports or sent from state warehouses.
b) OBJECTIVES OF THIS WORK
1. Pharmaceutical Storage Facility: The selected subcontractor(s) will be required to store or
cross dock public health commodities, including but not be limited to antimalarial
pharmaceuticals, rapid diagnostic tests (RDTs), or other temperature sensitive pharmaceuticals as
may be required within Federal Capital Territory from on or about October 1, 2014 through
September 30, 2015 in a pharmaceutical grade warehouse. The total estimated monthly average
number of pallets that will require pharma grade warehousing or that will require crossdocking is
1,500 pallets. If a single Offeror has insufficient space to store or cross dock the goods in
question, more than one Offeror may be selected and subcontracts issued. The subcontractor (s)
will provide pharmaceutical grade storage space that complies with Good Distribution and
Storage Practices for Pharmaceutical Products as outlined by the World Health OrganizationWorking Document QAS/04.068/Rev.2, and/or includes the following services and
infrastructure:
1.1
To provide storage facilities in Nigeria that meet the following requirements:
a. Take precautions to ensure that no unauthorized personnel have access to
facilities.
b. Exhibit functioning security equipment including CCTV;
c. Exhibit functioning smoke detectors and serviced fire extinguishers;
d. Possess appropriate pallet handling equipment including electric forklifts.
e. Possess a supplied first aid box;
f. Possess protective equipment for warehouse personnel;
g. Sufficient capacity to allow for orderly receipt for cross docking and/or storage
of various categories of product i.e. products in quarantine, released, rejected,
returned or recalled products;
REQUEST FOR PROPOSAL
RFP NO: 14_039
John Snow, Inc.
h. Storage areas should be clean and dry, and maintained within acceptable
temperature limits depending on product and manufacturers’ guidance, although
in general these limits shall be between 15-25 degrees Celsius.
i. Where special storage conditions are required these shall be provided, checked,
monitored, and recorded. These conditions may include temperature and
humidity;
j. Temperatures shall be monitored continuously throughout the facility and
recorded at regular intervals. Equipment used for monitoring shall be calibrated
at defined intervals, and the subcontractor shall ensure that temperatures are
maintained at appropriate levels for the commodities stored or cross docked in
the facility and that temperature logs are available for review at the request of
the Nigeria Field Office.
k. Storage facilities shall be clean and free of vermin. A written sanitation and pest
control procedure shall be maintained, together with logs recording the use of
all pest control agents including amount used, method of application, and date &
time;
l. The Goods receiving dock shall be protected to prevent product contamination
and to prevent dust, rain and dirt from entering the facility;
m. A written Process Management procedure shall be maintained that allows for
the control of goods movement in such a manner that prevents contamination,
mix-ups and cross contamination;
n. Materials and Pharmaceutical products shall be stored or cross docked in
conditions that provide for adequately maintained stock; and the stock shall be
appropriately rotated. Dispatches of stock shall follow “the First expiry First
Out (FEFO)”;
o. Rejected materials shall be identified and stored in a manner that prevents their
use and or distribution until a final decision is taken on the process to be
followed regarding destruction or removal from the warehouse;
p. If later required, Narcotic drugs shall be stored or cross docked in compliance
with international conventions and national laws and regulations on narcotics;
q. Damaged / Broken stock shall be withdrawn from usable stock and separated,
and the Nigeria Field Office shall be properly notified within 3 days of
discovery.
r. Storage areas shall provide adequate lighting for all tasks to be carried out
accurately and safely;
s. Temperature mapping shall be conducted at least annually by a certified firm
with the capacity to provide this service. The mapping shall show uniformity
of temperature across the storage facility. The data generated from temperature
mapping shall be provided promptly to the Nigeria Field Office.
t. Where products need to be refrigerated, the cold chain process which may
include the requirement for refrigeration and/or specific packaging, the
maintenance of such cold chain conditions shall be provided;
u. Back-up power must be provided for all operations as required seven days a
week, twenty four hours a day;
v. Adequate storage space for segregation of USAID|DELIVER PROJECT
commodities from those of other clients; and
REQUEST FOR PROPOSAL
RFP NO: 14_039
1.2
John Snow, Inc.
w. Adequate documentation including written instructions, Standard Operating
Procedure and Records shall be maintained for all operations and particularly
for:
i.
Personnel: qualifications in line with national regulations;
ii.
Training in relation to good storage practice, regulations, and safety;
iii. Premises and facilities;
iv.
Maintenance of good storage practice;
v.
Routing and processing of all products from receiving to despatch and
the reverse logistics cycle;
vi.
Managing information relating to the control of product in the event of a
recall being required;
vii.
Quarantine, Sampling, and releasing of goods from Quarantine.
viii. Stock rotation and control;
ix. Control of obsolete and outdated products;
x. Returned goods, handling, and re-evaluation process; and
xi. Despatch
To process orders duly authorised by the Nigeria Field Office; and to pick, pack, dispatch,
and transport products for such orders, according to the regular delivery schedule and/or
special delivery orders provided by the Nigeria Field Office, ensuring that products are
distributed based on the FEFO principle and that orders correspond precisely to draft
PODs; Packaging and packing, and transportation methods shall comply with
manufacturers’ requirements for ensuring the safety, efficacy, and quality of the product,
and shall be appropriate for distribution in the particular climates and transport and storage
conditions encountered in Nigeria. Any required additional packaging costs that may be
incurred by the subcontractor shall be invoiced to the Nigeria Field Office in the monthly
statement of costs, provided these were previously approved by them. Orders will be
received at least 48 working hours prior to required despatch.
1.3
These goods must also be labeled accordingly, and where applicable placed in Quarantine.
1.4
All goods stored or crossdocked in the Bonded/non Bonded Warehouse are required to be
stored or crossdocked off the floor and on pallets or pick flow racks at all times.
1.5
The Bonded/non Bonded Warehouse should be self-contained and secure.
1.5.1 Only one product and one batch number may be stored or crossdocked on a pallet at one
time if it provides optimal space utilization . In the picking racks more that one batch
number of the same product is permitted provided that it is separated by being stored or
crossdocked in a separate box in the same location.
1.6
The inventory control personnel in the distribution center are responsible to ensure that
separation of batches is maintained.
1.7
The bonded/non Bonded warehouse will ensure that the warehouse/Bond Store is
maintained in a clean and orderly manner with all pallets neatly arranged.
1.8
Products are to be covered and not left open.
1.9
Boxes in the bulk storage area are to be resealed where possible. This is especially
important after QA sampling.
REQUEST FOR PROPOSAL
RFP NO: 14_039
John Snow, Inc.
1.10
Boxes used for storing product must either be the distribution center’s branded boxes, the
Vendor’s boxes or unprinted boxes. Boxes that are recycled must have all details defaced
off the box before they can be reused.
1.11
Mixing of products during picking and packing into original Vendor’s boxes will not be
permitted. If it is in a Vendor’s branded box, other products cannot be picked or packed
into that same box.
1.12
Mixing of products in unprinted boxes during picking and packing in the distribution
center is permitted but should be well labeled (Product Description, Batches and expiry
date, quantity, temperature requirement).
1.13
All pallets used are to be firm and unbroken, clean, free of dirt and insects, and stored or
crossdocked in a dry area. Where necessary, pallets are to be scrubbed and vacuumed.
Fumigation of pallets may be required for International dispatch into and out of the
country.
1.14
To conduct monthly full stock counts and issue report to the Nigeria Field Office.
1.15
Storage of the Goods in accordance with the Nigeria Field Office’s instructions until
released to the consignee, or another party so designated by the Field Office.
1.16
Provision of an automated inventory control (IT) system that provides both batch and
dynamic location control; and provision of remote access to this system for Nigeria Field
Office staff on an agreed basis;
1.17
Monthly up-dates of stock issued, received, and on hand, value of products received,
issued and on hand (per line item): Therefore, the following stock reports are required in
addition to the stock summary report sent by Nigeria Field Officer.
x. Inventory Transaction Details (ITD) by IPs: This report contains the list of
commodities given to each Implementing Partner with quantities and values.
This list is sequential by IP.
y. ITD by Program: This report contains a list of commodities given to IPs with
quantities and values from a particular program (CHAI, UNITIAD, SCMS,
TB Cares). This list is sequential by IPs and program. ITD by Product (Stock
Ledger): This report gives detailed transactions by product with a
quantity/value summation.
z. Inventory Activity Report: All commodities Received/Issued for the period
with transaction references (PO numbers, ASN no., MAWB no. for all
Inbound and WCOF no. for all Outbound).
aa. Batches and Expiry Report (BER): This shows batches and expiry date of
current stock balances sorted from earliest expiry date to the longest shelf life
remaining.
1.19
Monthly updates of stock aging analysis and reporting.
REQUEST FOR PROPOSAL
RFP NO: 14_039
1.20
John Snow, Inc.
Evaluation of distribution service providers to ensure that they have the
capability and capacity to provide the required services.
1.21
Monitor that the necessary security regulations have been adhered to.
1.22
Ensure that all dispatched orders correspond to properly prepared and approved draft PODs
and distribution matrix/plan.
1.23
If a commodity is subject to product recall, requested and appropriate information will need
to be provided to the Nigeria Field Office.
1.25
Within 24 hours, report any incidences of loss or damage to the commodities in the
warehousing or any event that can affect the integrity of the commodities including: fire,
dampening/wetting of commodities in stock due to leaking roof or flooding, etc.
1.26
Invoicing of goods in accordance with instructions authorized by the Nigeria Field Office
will be provided when contract is signed.
1.27
To ensure that all products are insured for “all risks” while in the warehouse until
collection by distribution firm.
Commodities must be insured at replacement value for the duration of the time they are
kept within the warehouse;
Commodities must be covered under an insurance and proof of insurance and insurance
cost along with insurance agent contact information must be presented. Insurance
coverage must provide for the following conditions:

Based upon current prices valuation: 110% CIF of stored or crossdocked
commodities up to a value of $463,370.69 with changes to coverage limits
as needed.

Coverage: All risks including but not limited to Fire, Theft, Dishonest
Acts, Quake, Flood, and Wind as well as War Clauses and Strikes clauses
as applicable.

Product insured: all commodities and their packaging received into the
warehouse on behalf of the Project.

Beneficiary or Loss Payee: USAID | DELIVER PROJECT or its designate
is the sole beneficiary/loss payee of the insurance policy.
REQUEST FOR PROPOSAL
RFP NO: 14_039
John Snow, Inc.
c) WORK PLAN
1. Specific responsibilities for the provision of warehousing services include:
I.
II.
III.
IV.
V.
VI.
VII.
VIII.
IX.
X.
Receiving specified quantities of antimalarial pharmaceuticals, RDTs, LNs, or public health
commodities
Confirming receipted proof of delivery, verification of quantity delivered and discrepancy
reports.
Confirming/recording quantities received on a stock keeping system/card
Maintaining of a stock keeping system approved by JSI that records receipts and issues from
the store and making these records available to JSI
Conduct a physical count of each product at least once monthly. Provide results of physical
counts to the Project, noting any discrepancies, and update the inventory records
appropriately.
Stack products in accordance with manufacturers’ instructions. Racking systems are
mandatory for the antimalarial pharmaceuticals and RDTs. Products shall be stacked to
allow reading of external packaging labels which indicate contents, quantity, weight,
manufacturing date or expiry date, and any special instructions for handling, stacking,
shipping, storage or transport.
Provide security comparable to the types of protection given similar enterprises to prevent
illegal entry or loitering in the space leased, and to prevent unauthorized entry during off
duty hours. The premises will customarily be kept locked when not in use and secured at all
times. The premises will be available to Project and USAID officers within a time period that
is mutually agreed upon by the subcontractor and the Project, during normal business hours,
for inspection of goods and facilities.
The USAID | DELIVER PROJECT requires that all commodities stored or transported be
covered under an insurance policy payable to JSI, USAID | DELIVER PROJECT, or its
designate. JSI can be included through a rider on an existing policy or this can be done
through a new policy. Proof of access to insurance and insurance cost along with insurance
agent contact information must be presented. Insurance coverage must provide for the
following conditions:
-Valuation: 110% CIF of stored or cross docked commodities
-Coverage: All risks including Fire, Theft, Dishonest Acts, Quake, Flood, and Wind as well
as War Clauses and Strikes clauses as applicable
-Product insured: all commodities and their packaging received into the warehouse on
behalf of the Project.
-Deductibles and exclusions: Please provide details of any deductibles or exclusions
applicable and who would pay those.
-Beneficiary: USAID | DELIVER PROJECT or its designate is the sole beneficiary of the
insurance policy.
Confirming physical count at time of issue, verifying quantities issued and reporting any
discrepancies between the final quantities leaving the store(s) and the quantities received.
Under the direction of JSI staff, pick and pack outgoing shipments.
REQUEST FOR PROPOSAL
RFP NO: 14_039
John Snow, Inc.
d) Deliverables









Monthly status report for the commodities in the warehouse to the USAID | DELIVER
PROJECT detailing stock on hand by product and batch number at the beginning of the
month, stock issued and received during the month, ending balance for the month, number of
shipments received that month, and number of orders packed and tendered that month.
Signed receiving reports for all inbound shipments noting quantities received and any
damages, losses, or discrepancies.
Copies of all signed issue vouchers for shipments packed and tendered during the month.
Copies of any insurance claim filed on behalf of the Project for products lost or stolen from
the warehouse.
Copy of a valid insurance certificate(s); which must also include fidelity all risk insurance
including but not limited to collusion and theft, covering goods in the warehouse
Monthly pallet utilization report
Value of stock at the beginning of every month
Value of stock at the closing of every month
USAID | DELIVER PROJECT staff may request an inventory audit or need to be in
attendance for monthly inventory.
REQUEST FOR PROPOSAL
RFP NO: 14_039
XI.
John Snow, Inc.
PART D: ATTACHMENTS TO THE RFP
1. Certification Regarding: Prohibition on the Promotion or Advocacy of the Legalization or
Practice of Prostitution or Sex Trafficking (Acquisition) (June 2010)
2. Contractor Code of Business Ethics (April 2010)
3. Information Regarding Responsibility Matters (April 2010)
4. Certification of Toxic Chemical Release Reporting (August 2003)
5. Certification and Disclosure Regarding Payments to Influence Certain Federal
Transactions (Sep
2007)
6. Certification Regarding Debarment, Suspension, or Proposed Debarment (December
2010)
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP NO: 14_039
ATTACHMENT 1
REQUIRED CERTIFICATION
As a condition of accepting a subcontract under this RFP, the selected vendor is required to
certify to the following mandatory clause:
Prohibition on the Promotion or Advocacy of the Legalization or Practice of Prostitution or Sex
Trafficking (Acquisition) (June 2010)
(a) This contract is authorized under the United States Leadership Against HIV/AIDS, Tuberculosis, and
Malaria Act of 2003 (Pub.L. No. 108-25), as amended. This Act enunciates that the U.S. Government is
opposed to prostitution and related activities, which are inherently harmful and dehumanizing, and
contribute to the phenomenon of trafficking in persons. The contractor shall not use any of the funds
made available under this contract to promote or advocate the legalization or practice of prostitution or
sex trafficking. Nothing in the preceding sentence shall be construed to preclude the provision to
individuals of palliative care, treatment, or post-exposure pharmaceutical prophylaxis, and necessary
pharmaceuticals and commodities, including test kits, condoms, and, when proven effective,
microbicides.
(b)(I) Except as provided in (b)(2) and (b)(3), by its signature of this contract or subcontract for HIV I
AIDS activities, a non-governmental organization or public international organization awardee/sub
awardee agrees that it is opposed to the practices of prostitution and sex trafficking because of the
psychological and physical risks they pose for women, men, and children. [1 0]
10 The following footnote should only be included in awards to Alliance for Open Society International
(AOSI), Pathfinder, or a member of GHC or InterAction (with the exception of DKT International, Inc.):
(b)(2) The following organizations are exempt from (b)(I): the Global Fund to Fight AIDS, Tuberculosis
and Malaria; the World Health Organization; the International AIDS Vaccine Initiative; and any United
Nations agency. (b)(3) Contractors and subcontractors are exempt from (b)(I) if the contract or
subcontract is for commercial items and services as defined in FAR 2.101, such as pharmaceuticals,
medical supplies, logistics support, data management, and freight forwarding.
(b)(4)Notwithstanding section (b)(3), not exempt from (b)(I) are contractors and subcontractors that
implement HIV I AIDS programs under this contract or subcontract by: (i) providing supplies or services
directly to the final populations receiving such supplies or services in host countries;
(ii) providing technical assistance and training directly to host country individuals or entities on the
provision of supplies or services to the final populations receiving such supplies and services; or
(iii) providing the types of services listed in FAR 37 .203(b)( 1 )-( 6) that involve giving advice about
substantive policies of a recipient, giving advice regarding the activities referenced in (i) and (ii), or
making decisions or functioning in a recipient's chain of command (e.g., providing managerial or
supervisory services approving financial transactions, personnel actions).
(c) The following definitions apply for purposes of this provision:
"Commercial sex act" means any sex act on account of which anything of value is given to or received by
any person.
"Prostitution" means procuring or providing any commercial sex act and the "practice of prostitution" has
REQUEST FOR PROPOSAL
RFP NO: 14_039
John Snow, Inc.
the same meaning.
"Sex trafficking" means the recruitment, harboring, transportation, provision, or obtaining of a person for
the purpose of a commercial sex act. 22 U.S.C. 7102(9).
(d) The contractor shall insert this provision in all subcontracts.
(e) Any violation of this provision will result in the immediate termination of this award by USAID.
(f) This provision does not affect the applicability of FAR 52.222-50 to this contract.
The Offeror (below named organization or firm) certifies that it has ( ) has not ( ) instituted a policy
explicitly opposing prostitution and sex trafficking as required under this Request for Proposal and any
possible subsequent subcontract.
Offeror:
_______________________________________
Authorized Signatory: _______________________________________
Print Signatory Name: _______________________________________
Title:
_______________________________________
Date:
__________________
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP NO: 14_039
ATTACHMENT 2
REQUIRED CERTIFICATION
As a condition of accepting a subcontract under this RFP, the selected vendor is required to
certify to the following mandatory clause:
CONTRACTOR CODE OF BUSINESS ETHICS (APR 2010)
In accordance with FAR 52.203-13, CONTRACTOR CODE OF BUSINESS ETHICS (APR 2010)
the subcontractor ____ has ____ does not have current active Federal contracts and grants with total
value greater than $5,000,000. The subcontractor ____ is____is not a small business. The duration of the
subcontract is____is not____ less than 120 days. The subcontractor has____does not have___ a Code
of Business Ethics which has been provided to employees. The subcontractor is ___ is not___
exempt from the Code of Business Ethics. In accordance with the subcontractor’s Code of Business
Ethics the contractor has ____does not have____a Business Ethics Awareness and Compliance
Program that encourages and otherwise promotes a culture of ethical conduct and commitment to
comply with the law and an internal control system that prevents and detects criminal conduct. In
accordance with the Business Ethics Awareness and Compliance Program the subcontractor
does___does not____ provide effective training to employees in this area.
The subcontractor shall disclose, in writing, to the prime contractor and the agency office of the
Inspector General (OIG), with a copy to the Contracting Officer, whenever, in connection with the
award, performance, or closeout of this contract or any subcontract thereunder, the subcontractor has
credible evidence that a principal, employee, agent, or subcontractor of the subcontractor has
committed a violation of Federal Criminal law involving fraud, conflict of interest, bribery, or
gratuity violations in Title 18 of the US Code or a violation of the civil False Claims Act.
_____________________________________
Signature
_____________________________________
Printed Name
_____________________________________
Company Name
_____________________________________
Date
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP NO: 14_039
ATTACHMENT 3
REQUIRED CERTIFICATON
As a condition of accepting a subcontract under this RFP, the selected vendor is required to
certify to the following mandatory clause:
52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (APR 2010)
(a) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value
greater than $10,000,000.
(b) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of
this offer, that the information it has entered in the Federal Awardee Performance and Integrity
Information System (F APIIS) is current, accurate, and complete as of the date of submission of this offer
with regard to the following information:
(l) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in
connection with the award to or performance by the offeror of a Federal contract or grant, been the
subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine,
penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or
compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any
of the outcomes specified in paragraphs (c)(1 )(i), (c)(1 )(ii), or (c)(1 )(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this
provision, whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall enter the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in F
APIIS as required through maintaining an active registration in the Central Contractor Registration
database at http://www.ccr.gov (see 52.204-7).
REQUEST FOR PROPOSAL
RFP NO: 14_039
John Snow, Inc.
"Principal" means an officer, director, owner, partner, or a person having primary management or
supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a
division or business segment; and similar positions).
___________________________________________
Signature
___________________________________________
Printed Name
___________________________________________
Company Name
___________________________________________
Date
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP NO: 14_039
ATTACHMENT 4
REQUIRED CERTFICATION
As a condition of accepting a subcontract under this RFP, the selected vendor is required to certify to the
following mandatory clause:
52.223.13 CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING (AUG 2003)
By signing this offer, the offeror certifies that:
1) As the owner or operator of facilities that will be used in the performance of this contract that are
subject to the filing and reporting requirements described in section 313 of the Emergency
Planning and Community Right-to-Know Act of 1986, (EPCRA) and requirement section 6607 of
the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue
to file for such facilities for the life of the contract the Toxic Chemical Release Inventory Form
(Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of EPA; or
2) None of its owned or operated facilities to be used in the performance of this contract is subject to
the Form R filing and reporting requirements because each such facility is exempt for at least one
of the following reasons: (check each block that is applicable)
3) ( ) (i) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in
40 CFR 372.65;
4) ( ) (ii) The facility does not have 10 or more full-time employees as specified in section
313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A);
5) ( ) (iii) The facility does not meet the reporting thresholds of toxic chemicals established under
section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR
372.27, provided an appropriate certification from has been filed with EPA);
6) ( ) (iv) The facility does not fall within the following Standard Industrial Classification
(SIC)codes or their corresponding North American Industry Classification System sectors:
(A) Major group code 10 (except 1011, 1081, and 1094,
(B) Major group code 12 (except 1241)
(C) Major group codes 20 through 39.
(D) Industry code 4911, 4931, or 4939 (limited to facilities that combust coal and/or oil
for the purpose of generating power for distribution in commerce).
(E) Industry code 4953 (limited to facilities regulated under the Resource Conservation
and Recovery Act, Subtitle C (41 U.S.C 6921 et seq.), or 5169, or 5171, or 7389
(limited to facilities primarily engaged in solvent recovery services on a contract or
fee basis); or
( ) (v) The Facility is not located in the United States or its outlying areas.
______________________________________
Signature
______________________________________
Printed Name
______________________________________
Organization and Date
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP NO: 14_039
ATTACHMENT 5
REQUIRED CERTIFICATON
As a condition of accepting a subcontract under this RFP, the selected vendor is required to certify to the
following mandatory clause:
52.203-11Certification and Disclosure Regarding Payments to Influence Certain Federal
Transactions (SEP 2007)
Please complete OMB Standard Form LLL which is attached and the certification below:
The offeror, by signing its offer, herby certifies to the best of its knowledge and belief that no
Federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, and officer
or employee of Congress, or an employee of a Member of Congress on its behalf in connection
with the awarding of this contract.
If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on
behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its
offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the
registrants. The offeror need not report regularly employed officers or employees of the offeror
to who payments of reasonable compensation were made.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Company
___________________________________
Date
John Snow, Inc.
REQUEST FOR PROPOSAL
RFP NO: 14_039
ATTACHMENT 6
REQUIRED CERTIFICATION
As a condition of accepting a subcontract under this RFP, the selected vendor is required to certify to the
following mandatory clause:
Protecting the Government’s Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment (DEC 2010)
This is___is not___ a commercial subcontract. This subcontract is ___ is not___ for the
procurement of off-the-shelf items. The total price of the subcontract is___is not___greater
$30,000.
The subcontractor or its principals have ____ or have not ____ been debarred, suspended, or
proposed for debarment.
______________________________________
Signature
______________________________________
Printed Name
______________________________________
Company Name
______________________________________
Date
Download