63
31 May 2019 Request for Proposals # SU-2116 Ad Hoc In-Country Transportation and Distribution of Classroom Materials- Re-advertised Dear Sir or Madam, Chemonics International Inc. operating locally as Chemonics Soma Umenye LLC (hereinafter referred to as “Chemonics”), under the Soma Umenye project, United States Agency for International Development (USAID) Contract No. AID-OAA-I-14-00055, Task Order No. AID-696-TO- 16-00001, is issuing a Request for Proposals (RFP) for a distribution company to perform ad-hoc transportation and distribution for educational classroom materials, including textbooks, storybooks, readers, to targeted P1-P3 classrooms throughout the North, South, East, West, and Kigali provinces of Rwanda. The attached RFP contains all the necessary information for interested Offerors. Companies or organizations should indicate their interest in submitting a proposal for the anticipated subcontract by sending an email indicating their intention to the Soma Umenye Procurement team at [email protected] by 10h00, Kigali, on June 6 th , 2019. Chemonics realizes that Offerors may have additional questions after reading this RFP. Interested Offerors can submit their questions to the Soma Umenye Procurement Team, according to the instructions in 1.8 of the RFP. If necessary, Chemonics will provide answers to all relevant questions received in an amendment that will be emailed directly to all interested Offerors who responded by the deadline for expressions of interest 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 split awards and/or reject any and all offers, if such action is considered to be in the best interest of Chemonics. Sincerely, GlobalQMS ID: 681.8, 23 December 2015

RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

31 May 2019

Request for Proposals # SU-2116

Ad Hoc In-Country Transportation and Distribution of Classroom Materials- Re-advertised

Dear Sir or Madam,

Chemonics International Inc. operating locally as Chemonics Soma Umenye LLC (hereinafter referred to as “Chemonics”), under the Soma Umenye project, United States Agency for International Development (USAID) Contract No. AID-OAA-I-14-00055, Task Order No. AID-696-TO-16-00001, is issuing a Request for Proposals (RFP) for a distribution company to perform ad-hoc transportation and distribution for educational classroom materials, including textbooks, storybooks, readers, to targeted P1-P3 classrooms throughout the North, South, East, West, and Kigali provinces of Rwanda. The attached RFP contains all the necessary information for interested Offerors.

Companies or organizations should indicate their interest in submitting a proposal for the anticipated subcontract by sending an email indicating their intention to the Soma Umenye Procurement team at [email protected] by 10h00, Kigali, on June 6th, 2019.

Chemonics realizes that Offerors may have additional questions after reading this RFP. Interested Offerors can submit their questions to the Soma Umenye Procurement Team, according to the instructions in 1.8 of the RFP. If necessary, Chemonics will provide answers to all relevant questions received in an amendment that will be emailed directly to all interested Offerors who responded by the deadline for expressions of interest

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 split awards and/or reject any and all offers, if such action is considered to be in the best interest of Chemonics.

Sincerely,

Edward TushabeDirector of Procurement & LogisticsUSAID Soma Umenye Project

GlobalQMS ID: 681.8, 23 December 2015

Page 2: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 2 of 42

Request for Proposals

RFP # SU-2116

For the provision of

Ad-Hoc Transportation, Distribution, Educational Classroom Materials

Contracting Entity:Chemonics Soma Umenye LLC

Funded by:United States Agency for International Development (USAID)

Funded under:Soma Umenye Project

Prime Contract No. AID-OAA-I-14-00055, Task Order No. AID-696-TO-16-0000

***** 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 https://www.chemonics.com/our-approach/standards-business-conduct/.

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, 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 agree-

ment 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 Stephen Blunden [email protected] 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 [email protected] or by phone/Skype at 888.955.6881.

GlobalQMS ID: 681.9, 7 August 2018

Page 3: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 3 of 42

RFP Table of ContentsList of Acronyms

Section I Instructions to Offerors

I.1 IntroductionI.2 Offer Review ChecklistI.3 Offer DeadlineI.4 Submission of OffersI.5 RequirementsI.6 Source of Funding and Geographic CodeI.7 Chronological List of Proposal EventsI.8 Validity PeriodI.9 Evaluation and Basis for AwardI.10 NegotiationsI.11 Terms of Subcontract I.12 Privity

Section II Background, Scope of Work, Deliverables, and Deliverables Schedule

II.1. BackgroundII.2. Scope of WorkII.3. DeliverablesII.4. Deliverables Schedule

Section III Firm Fixed Price Subcontract (Terms and Clauses)

Annex 1 Sample Proposal Cover LetterAnnex 2 Guide to Creating Financial Proposal and Sample BudgetAnnex 3 Required CertificationsAnnex 4 DUNS and SAM Registration Guidance

Attachment 1 Illustrative delivery scenario Attachment 2 Cost proposal template

GlobalQMS ID: 681.9, 7 August 2018

Page 4: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 4 of 42

List of Acronyms

AIDAR Agency for International Development Acquisition RegulationCFR Code of Federal RegulationsCO USAID Contracting OfficerCOP Chief of PartyDAP Delivered at PlaceDBA Defense Base Act DUNS Data Universal Numbering SystemFAR Federal Acquisition RegulationsFUR Fixed Unit Rate Incoterm International Commercial TermsIQS Indefinite Quantity SubcontractM&E Monitoring and EvaluationNICRA Negotiated Indirect Cost Rate AgreementPOD Proof of DeliveryREB Rwanda Education BoardRFP Request for ProposalsRWF Rwandan FrancSAM System for Award ManagementSOPs Standard Operating ProceduresTO Task OrderU.S. United StatesUSAID U.S. Agency for International DevelopmentUSD United States DollarUSG U.S. GovernmentVAT Value Added TaxWAS Warehouse Management System

GlobalQMS ID: 681.9, 7 August 2018

Page 5: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 5 of 42

Section I. Instructions to Offerors

I.1. Introduction

Chemonics, the Buyer, acting on behalf of the U.S. Agency for International Development (USAID) and the USAID Soma Umenye project, under contract AID-OAA-I-14-00055, Task Order No. AID-696-TO-16-0000, is soliciting proposals from eligible and responsible firms for Ad hoc transportation and distribution of classroom materials (including, but not limited to, textbooks, readers, teaching aids, and wall charts), to targeted P1-P3 classrooms throughout all 30 districts in Rwanda.

The purpose of Some Umenye is to improve reading outcomes in Kinyarwanda for over one-million students nationwide by ensuring that 70% of students attending public or government-aided schools are reading at grade-level text fluency and comprehension by the completion of Grade P3. The project therefore provides direct procurement of educational classroom materials, including textbooks, storybooks and readers, with targeted P1-P3 classrooms throughout the country. This requires the efficient and effective delivery of these materials to each classroom, and therefore Soma Umenye requires in-country third-party distribution services Some Umenye’s project warehouse in the Free Economic Zone, Kigali Province, to each final delivery destination. The purpose of this Indefinite Quantity Subcontract (IQS) is to identify a subcontractor to provide a range of distribution services to P1-P3 classrooms locations throughout Rwanda.

Chemonics will issue an award to one or more companies or organizations. The award(s) will be in the form of an indefinite quantity subcontract with sub-task orders issued as needed and priced on a firm fixed price basis as defined by the overarching subcontract (hereinafter referred to as “the IQS.”). The successful Offeror(s) shall be required to adhere to the statement of work and terms and conditions of the IQS, 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 IQS. The instructions are intended to assist interested Offerors in the preparation of their offer. Any resulting IQS will be guided by Sections II and III. Chemonics will subsequently solicit individual orders for the scope of services requested. These individual orders are called “Sub-Task Orders” (STOs). While the IQS will contain the main terms and conditions and the pricing methodology to be used in negotiating STOs, each STO will contain specific information regarding the services being requested by Soma Umenye, the period of performance, deliverables, and other details about the specific work ordered. STOs issued under the IQS will be on a Firm Fixed Price (FFP) basis. The Offeror shall develop a budget (i.e. cost proposal) for each STO using the pricing methodology set forth in the IQS. Chemonics will not reimburse the Offeror for any costs associated with managing the IQS; each STO must stand on its own. It is anticipated that Chemonics will award both the IQS and the first STO for distribution of P1 supplementary readers in response to this solicitation.

This RFP does not obligate Chemonics to execute an IQS 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.

GlobalQMS ID: 681.9, 7 August 2018

Page 6: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 6 of 42

I.2. Offer Review Checklist:

The following “Offer Review Checklist” is provided to offerors to assist in the preparation of proposals. Offerors are required to include all documents and information shown in the checklist:

Description of Requirement Included in the Offer?General Requirements

Cover Letter [Annex 1]

Copy of registration or incorporation in the public registry, or equivalent document from the government office where the offeror is registered [Section B.1(a)]Copy of company tax registration, or equivalent document [Section B.1 (b)]

Copy of trade license, or equivalent document [Section B.1(c)]

Proof of comprehensive insurance per local law requirements [Section B.1(d)]

Technical Proposal

Descriptive Narrative of Fleet, Equipment, Drivers capabilities and Operating Processes [Section B. 2]

Distribution Plan [Section B. 2]

SOPs Statement for transportation [Section B. 2]

Corporate Capabilities, Experience, Past Performance and Subcon-tracting Arrangements

A description of the company and organization [Section B. 2]

Past performance Narrative [Section 1.12]

Subcontracting Arrangements [Section 3.2]

Delivery Schedule in working days for illustrative delivery scenario [Section B.2.2, Attachment 1]

GlobalQMS ID: 681.9, 7 August 2018

Page 7: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 7 of 42

Cost Proposal

Budget [Section B.3 and Annex 2]

Certifications

Certificate of Independent Price Determination [Annex 3]

Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions [Annex 3]Key Individual Certification Narcotics Offenses and Drug Trafficking [Annex 3]Certification Regarding Responsibility Matters [Annex 3]

Evidence of Responsibility Statement [Section B.1(e) and Annex 3]

I.3. Offer Deadline

Offerors shall submit their offers electronically and via hard copies. Offers must be received by no later than 10h00, Kigali, on June 7th, 2019 in accordance with the instructions in Section I.4.

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.

I.4. Submission of Offers

Proposals must be submitted in hard copy and electronically.

Each offeror must submit its proposal in two separate volumes: The Technical Volume and the Cost Volume. The following number of copies is required in each submission:

1. Technical Volume: Three (3) original hardcopies and one (1) electronic copy submitted via email per the instructions below.

2. Cost Volume: One (1) original hardcopy and (1) electronic copy submitted via email per the instructions below.

Instructions for the Submission of Hard Copies

For hard copy submissions of requested samples (see Section 7), all offers, and related documents must be enclosed in sealed envelopes with the name and address of the offeror and the RFP number (“RFP No. SU- 2116”) clearly marked on the outside. If multiple envelopes must be submitted due to the size of the samples, offerors must ensure that each envelope is sealed and clearly marked with the information described above (“Envelope 1 out of X (Where X is the total number of envelopes submitted)”).

The proposal (consisting of both volumes) must be hand-delivered or sent by mail to:

GlobalQMS ID: 681.9, 7 August 2018

Page 8: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 8 of 42

Soma Umenye ProjectATTN: Procurement DepartmentRFP No. Soma Umenye-2116Umuyenzi Plaza, 2nd FloorKN 5 RDRemera, Kigali, Rwanda

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.3. The proposals must be submitted to [email protected].

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 refer to pricing data in order that the technical evaluation may be made strictly based on technical merit.

I.5. Requirements

To be determined responsive, an offer must include all of documents and sections included in I.5.A and I.5.B

A. General Requirements

Chemonics anticipates issuing an IQS to one or more Rwandan responsible companies or organizations, provided it is legally registered and recognized under the laws of Rwanda 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.

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 Rwanda upon award of the IQS.

(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 Rwanda at the time the IQS 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 accor-dance with information certified in the Evidence of Responsibility form included in the required certi-fications in Annex 31.

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

GlobalQMS ID: 681.9, 7 August 2018

Page 9: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 9 of 42

Offerors may present their proposals as a member of a partnership with other companies or organizations. In such cases, the IQS will be awarded to the lead company in the partnership. The leading company shall be responsible for compliance with all IQS 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 IQS terms. Any intent to fulfill requested services through a partnership must be fully detailed in the proposal.

B. Required Proposal Documents

1. Cover Letter

The offeror’s cover letter shall include the following information:

i. Name of the company or organizationii. Type of company or organizationiii. Addressiv. Telephonev. Faxvi. E-mailvii. Full names of members of the Board of Directors and Legal Representative (as appropriate)viii. Taxpayer Identification Number ix. DUNS Numberx. Official bank account informationxi. Other required documents that shall be included as attachments to the cover letter:

a) Copy of registration or incorporation in the public registry, or equivalent document from the government office where the offeror is registered.

b) Copy of company tax registration, or equivalent document.c) Copy of trade license, or equivalent document.d) Proof of comprehensive insurance per local law requirements and this RFP. The Offeror will

be required upon award, of a Task Order, to procure Worker’s Compensation Insurance as required by the Defense Base Act (DBA) and in accordance to FAR 52,228-3

e) Evidence of Responsibility Statement, whereby the offeror certifies that it has sufficient financial, technical, and managerial resources to complete the activity described in the scope of work, or the ability to obtain such resources. This statement is required by the Federal Acquisition Regulations in 9.104-1. A template is provided in Annex 3 “Required Certifications”.

f) Applicable documents listed in I.5.A

A sample cover letter is provided in Annex 1 of this RFP.

2. Technical Proposal

The technical proposal shall include the following parts:

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.

GlobalQMS ID: 681.9, 7 August 2018

Page 10: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 10 of 42

Part 1: Descriptive Narrative of Fleet, Equipment, Drivers Capabilities and Operating Pro-cesses - the narrative shall include the following details:a) Total number, variety, and adequacy of vehicles/equipment/other means of transportation in of-

feror’s fleet (with appropriately sized trucks/other vehicles/equipment/other transportation meth-ods that sufficiently meet the needs of the services required. Offerors shall include details such as:

o if fleet is owned or leased, vehicle registration, type of vehicle, capacity [tonnage per ve-hicle] may be indicated;

o if fleet is leased or partly leased, state name of leaser and provide the leasing agreement between the offeror and lessor.

b) Vehicle security plan and procedures. c) Vehicle maintenance protocol and driver/operator qualification.d) Summary of how trucks/other vehicles/equipment/other transportation methods are tracked, in-

spected, maintained, and repaired.

Part 2: Distribution, Tracking, and Monitoring of Commodities Standard Operating Proce-dures.

Part 2.1 : Distribution Plan – The distribution plan shall be a written narrative and include the following details:

a) Offeror’s ability to dispatch appropriate vehicles/equipment/strategies quickly and effectively in a manner that satisfies the specifications of this RFP (Offerors shall detail how fast they can dispatch the vehicles following an issuance of a Task Order, etc.).

b) Means by which Offerors will transport commodities when end-user schools are not accessible by delivery trucks. Offerors should familiarize themselves with the terrain restrictions of delivery locations, including those that are only accessible by small vehicles, moto, boat, and/or on foot. Offerors should note that distribution by bicycle or other means in which materials risk substantive exposure and damage will be prohibited unless approved in advance by Chemonics.

c) Details on any intermediate warehousing or transit (e.g., Kigali-based storage for receiving; district warehouses for transit; will the Offeror need to use third parties to deliver to remote locations and if so, what is the mechanism of engagement and warehouse location(s), dimensions, handling equipment, and security system?)

d) Ability to ensure that goods are loaded onto delivery vehicles and accounted for.e) Ability to ensure and deploy reasonable and cost-effective strategies, actions, processes and

measures to ensure that all commodities being transported are not lost in transit, from the point of pick up until custody of the commodities are transferred to the designated recipients

f) Monitoring Processes and Capabilities: The Offerors should provide detail on how Offerors monitors the delivery from an end to end shipment tracking option and proof of delivery.

g) Upon arrival at destination schools, Offerors will be responsible for distribution of the education materials.

h) Offerors are responsible for conducting quality assurance (QA) to ensure that the Materials are properly distributed to each school. As part of the technical proposal, Offeror shall explain how it will conduct QA to ensure successful performance of requirements, including proper and safe distribution of the materials under any resulting Task Order.

i) Upon completion of distribution, Offerors will be required to submit distribution verification forms signed and stamped by each school’s head teacher.

GlobalQMS ID: 681.9, 7 August 2018

Page 11: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 11 of 42

Part 2.2: Standard Operating Procedures (SOPs) Statement

a) Offeror shall attach a statement confirming its consistent use of both transportation (and warehousing, if appropriate) SOPs. The statement shall include specifics regarding what the SOP covers.

b) Offerors are encouraged to include a copy of all relevant SOPs with their submissions. c) If available, Offerors shall provide evidence that staff have been trained on the SOPs. This may

include staff training attendance, certificate of training completion, or other demonstration of successful completion of training.

d) Offerors shall demonstrate that these SOPs have sufficient controls for security, transport, storage, packing, and loading and unloading. o Proposals may discuss access control, surveillance systems, other security. o SOPs shall satisfy guidance for loading and unloading a truck found in Attachment 2 to the

RFP.

Part 3: Corporate Capabilities, Experience, Past Performance and Subcontracting Arrange-ments.

Part 3.1: Corporate Capabilities, Experience, and Past Performance.

This part should include the following:

a) A description of the company and organization, with appropriate reference to any parent company and subsidiaries. Offerors must include details demonstrating their experience and technical ability in implementing similar programs.

b) Additionally, offerors must include a detailed narrative regarding the past work performed. The narrative will include the following:

Three (3) past performance references, for the implementation of similar program distribution services and confirming application of SOPs. The past performance narrative will include the following information

Name of the company for which the work was performed Address of the company for which the work was performed, Contact information for the company for which the work was performed

including name of point of contact who can speak to the offeror’s performance, Email and phone number of the point of contact.

Geographic scope Value Type of materials distributed Period of performance - References should be for recently-supplied services

of similar technical scope and/or capacity (i.e. – within the past three years). Descriptions - Descriptions shall include:

o Explanation of relevance to the current solicitation and how it demonstrates Offeror’s ability to complete the services being requested.

o Explanation of any challenges that were encountered and steps taken to resolve them.

GlobalQMS ID: 681.9, 7 August 2018

Page 12: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 12 of 42

Chemonics reserves the right to confirm deployment of SOPs through reference check(s) and the right to check additional references not provided by an offeror and will consider this information as part of the proposal evaluation.

Part 3.2 : Subcontracting Arrangements:

The proposal must include the following:

a) A clear statement of whether the Offeror intends to subcontract any of the work;b) If the work to be performed requires hiring subcontractor(s), Offer must:

o Identify the subcontractor(s), o Provide contact information of subcontractor(s), o Include details on the subcontracting arrangements.

Chemonics will not refuse a proposal based upon the use of subcontractors; however, Chemonics retains the right to approve or reject the specific subcontractor(s) selected. If an Offeror intends to engage a second-tier subcontractor for the performance of any resulting subcontract, Chemonics reserves the right to review and request changes to the second-tier subcontract to ensure compliance with USAID regulations. Certain commercial services contracts may be excluded from these requirements, at Chemonics’ discretion.

Offerors that do not plan on using any subcontracts shall clearly state that in the proposal.

Part 4: Delivery Speed - this part shall detail the following:

a) The speed of delivery of materials to illustrative delivery locations throughout the North, South, East, West, and Kigali provinces (see Attachment 1). Delivery speed shall be expressed in number of working days for overall delivery. The “delivery” will commence on the date of award of a Sub-Task Order and will end when all the materials have been delivered. Offerors shall use the template included in Attachment 1.

b) Delivery speed must take into account all school holidays and weekends, as head teachers will not be available to receive the materials at that time. All deliveries must be made during working hours (e.g., 8h00-17h00)

c) For the purposes of Part 4, “delivery” shall mean the process by which an end-user school receives the materials. That is to say, “delivery” encompasses the full scope of an Offeror’s responsibilities from the time it receives the materials from Chemonics until all materials have been accepted by each school’s head teacher. Delivery must take place at the school and can only be accepted by the school’s head teacher.

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.

3. 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 an IQS or STO.

The offeror’s cost proposal shall consist of the following two parts:

GlobalQMS ID: 681.9, 7 August 2018

Page 13: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 13 of 42

Part 1: Price of Services

Offerors must prepare and present to Chemonics a table showing their best proposed prices per district and weight tiers in kilograms (as provided in the sample table under Annex 2) for evaluation. The offeror’s prices (per location and weight tier in kilograms) should include all of the offeror’s organizational costs. No profit, fees, taxes, or any other additional costs can be added after award. At the award stage, after evaluation is complete, a successful offeror’s prices will be established as fixed prices in an IQS between Chemonics and the winning offeror(s). Chemonics will thereafter, at its sole discretion, order from the IQS holders, using STOs, at the fixed prices established in the IQS. As a result, offerors are strongly encouraged at this time to propose and submit their best, most realistic and reasonable prices in response to this RFP.

Guidance on Budget Preparation: Offerors should read the entire Scope of Work as provided under Section II of the RFP, assess its organizational costs based on the information provided there, and develop their budgets accordingly. In order to prepare a table of prices showing costs per location and weight tiers in kilograms (as requested in the sample table under Annex 2), an offeror must first consider all of its organizational costs (perhaps in a different detailed budget) and then translate those costs into the sample table as provided under Annex 2 of this RFP. Chemonics will not provide technical assistance to offerors on budget preparation. Chemonics expects offerors to consider all of their organizational costs by preparing their own detailed budgets separately, and to then translate the costs of the detailed budget into prices as requested in the sample price table under Annex 2 – by “location” and “weight tiers in kilograms.” Offerors are encouraged to show in their pricing table that the price of transportation will decrease (per kilogram) should Chemonics order higher volumes of transportation services from successful offerors. Offerors are not required to submit separate detailed budgets to Chemonics. Offerors are only required to submit a table containing prices in the format as provided in the sample under Annex 2 and as a full Excel template in Attachment 2, along with cost notes as requested under Part 2 below. However, Chemonics may at any time during the evaluation period, and at its sole discretion, require offerors to submit additional information to further assess and validate offerors’ proposed prices for allowability, allocability, and reasonability.

All cost information must be expressed in RWF.

In accordance with the agreement under which this procurement is financed, Chemonics will be reimbursed by the Cooperating Country government for taxes imposed on suppliers and subcontractors. Therefore, offerors must include taxes, VAT, charges, tariffs, duties and levies in accordance with the laws of the Cooperating Country, as applicable. If selected for award, the selected supplier shall provide Chemonics the documentation necessary to obtain tax reimbursement. In accordance with Rwandan law, VAT may not be applied to costs for distribution services. The cost proposal must demonstrate the portion of costs upon which VAT is assessed.

Part 2: Cost Notes

Offerors must prepare and submit Cost Notes that explains the basis for their proposed prices (as provided under Annex 2). For example, if the offeror proposed RWF 2,000 as the price of shipping one kilograms in the Tier 1 category to Rutsiro, the offeror should explain all of the various costs that are included in the price of RWF 2,000 (to ship one Kilogram to Kicukiro). Similarly, if the offeror proposed RWF 3,000 as

GlobalQMS ID: 681.9, 7 August 2018

Page 14: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 14 of 42

the price of shipping one kilogram to Rutsiro in the Tier 2 category (see table under Annex 2), the offeror should explain what cost factors are included in its proposed price of RWF 2,000 per kilogram (to ship to Rutsiro). If Chemonics at any time requests additional information from offerors to understand the offerors’ proposed prices, the offerors must submit the additional information requested. The offerors’ cost notes must provide sufficient detail to allow Chemonics to clearly see and understand the types of costs included in the offerors proposed tier prices (such as insurance, fuel, labor, maintenance, for example).

In the offeror’s price table and cost notes, Chemonics expects to see a decrease in costs per kilogram between an offeror’s Tier 1 and Tier 7 prices. In other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of transportation to decrease as it orders more transportation services from the successful offerors. Offerors’ prices, therefore, should reflect a decrease in price if Chemonics orders higher volumes of transportation services. Chemonics reserves the right to request additional price information if the evaluation committee has concerns of the reasonableness, realism, or completeness of an offeror’s proposed prices.

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 in -formation must only be shown in the cost proposal.

Please find under Annex 2 a sample table for preparing your cost proposal.

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.

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. Indefinite Quantity Type Subcontract and Future Sub-Task Orders

a) This RFP is anticipated to result in the award of an indefinite quantity type subcontract with sub-task orders issued thereunder priced on a firm fixed price basis to one or more offerors. These sub-task or-ders will be issued as the need arises. The award of the IQS – including quantities of supplies and ser-vices specified under it - are estimates only and are not purchased by the awarded IQS.

A Fixed Price Sub-Task Order (TO) is a subcontract for services, reports, or other concrete deliver-ables provided to and accepted by Chemonics on behalf of Soma Umenye. As the name implies, the price of the sub-task order will be fixed, and it is not subject to any adjustment on the basis of the Subcontractor's cost experience in performing the work.

b) Delivery or performance shall be made only as authorized by sub-task orders issued in accordance with the Ordering Procedures contained within the IQS. The Subcontractor shall furnish to Chemon-ics, when and if ordered, the supplies or services specified in the SOW of this subcontract up to and including the quantity designated in the IQS as the “Maximum Subcontract Ceiling” currently esti-mated at between RWF 50,000,000 and RWF 200,000,000. Chemonics will order at least the quantity of supplies or services designated in the subcontract as the “Minimum Order Guarantee,” currently estimated at RWF 500,000. Subcontract values stated in this sub-paragraph (b) are estimates only and do not represent a commitment on behalf of Chemonics.

GlobalQMS ID: 681.9, 7 August 2018

Page 15: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 15 of 42

c) Except for any limitations on quantities in the sub-task order Limitations clause, there is no limit on the number of sub-task orders that may be issued. Chemonics may issue sub-task orders requiring de-livery to multiple destinations or performance at multiple locations.

I.6. 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 935 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 cooperating country for this RFP is Rwanda.

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: Cuba, Iran, North Korea, 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.7. Proposal Events

Written Questions and Clarifications. All questions or clarifications regarding this RFP must be in writing and submitted to Soma Umenye Procurement Team no later than 17h00 Kigali on June 6, 2019. 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 Some Umenye project, or any other party, will not be considered official responses regarding this RFP.

Proposal Submission Date. All proposals must be received by 10h00 Kigali on June 7, 2019. Late offers will be considered at the discretion of Chemonics.

I.8. Validity Period

Offerors’ proposals must remain valid for 90 calendar days after the proposal deadline.

I.9. Evaluation and Basis for 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. That means that each proposal will be evaluated and scored against the evaluation criteria and evaluation sub-criteria, which are stated in the table below. Cost

GlobalQMS ID: 681.9, 7 August 2018

Page 16: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 16 of 42

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

PointsTechnical Approach

Part 1: Fleet/Equipment/Drivers NarrativeOfferors shall be evaluated on the following related to Fleet/Equipment/Drivers narrative: Total number, variety, and adequacy of vehicles/equipment/other

means of transportation in offeror’s fleet Vehicle security plan and procedures. Vehicle maintenance protocol Driver/operator qualification. Summary of how vehicles are tracked, inspected, maintained, and

repaired.Part 2: Receiving, Warehousing, Preparation, Distribution, Assembly, Monitoring of Commodities, and Standard Operating Procedures2.1 Distribution PlanOfferors shall be evaluated on the following related to Distribution plan: Does the Offeror possess the proven ability to dispatch

appropriate vehicles/equipment/strategies quickly and effectively in a manner that satisfies the specifications of this RFP?

Details regarding how the Offeror will transport commodities when end-user schools are not accessible by delivery trucks

Details regarding any intermediate warehousing or transit Details regarding Offeror’s capacity and any notable ability to

most efficiently and expediently perform distribution to one or more provinces as part of a complete distribution

Ability to ensure that goods are loaded and accounted for Ability to ensure and deploy reasonable and cost-effective

strategies, to ensure that all commodities being transported are not lost in transit

Tracking and Monitoring Capabilities

2.3 Standard Operating ProceduresOfferors shall be evaluated on the following related to SOPs: Was a statement confirming the use of both transportation and

warehousing (if applicable) SOPs, included? Does the statement specify what is covered under the SOP? Is there evidence in the SOP statement of sufficient controls for

security, transport, storage, packing, and loading, as applicable?

Total Points – Technical Approach 40 points

GlobalQMS ID: 681.9, 7 August 2018

Page 17: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 17 of 42

Part 3: Corporate Capabilities, Experience, Past Performance and Subcontracting Arrangements3.1: Corporate Capabilities, Experience, Past Performance

Did the Offeror describe the company and organization, with appropriate references to any parent company and subsidiariesDoes the Offeror have experience in consistently deploying and implementing SOPs for warehousing and distribution for similar Scope of Work? Did the Offeror include three (3) past performance references of similar work and were the past performance references positive?Did the Offeror demonstrate its ability to complete the services being requested? Did the Offeror explain any challenges that were encountered, and steps taken to resolve them?

3.2 Subcontracting Arrangements (if applicable)Does the proposal include the following information?

a) Identification of the subcontractor(s), b) contact information of subcontractor(s), c) Details on the subcontracting arrangements

Total Points – Corporate Capabilities, Experience, Past Performance and Subcontracting Arrangements 30 points

Part 4: Delivery Speed The speed of delivery of the for the delivery scenarios provided in Attachment 1

Total Points – Delivery Speed 30 pointsTotal Points 100 points

The evaluation will be conducted in two parts. The first part will consist of an evaluation of Parts 1, 2, and 3, above. If Chemonics determines that an Offeror has sufficiently demonstrated its ability to carry out its Technical Approach, it will then be scored for its proposed delivery speed.

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 Offerors whose proposal represents the best value to Chemonics and the Soma Umenye 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.

I.10. Negotiations

Best offer proposals are requested. It is anticipated that an IQS will be awarded to one or more offerors 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 an IQS. 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

GlobalQMS ID: 681.9, 7 August 2018

Page 18: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 18 of 42

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 multiple awards or to make no award at all.

I.11. Terms of IQS

This is a request for proposals only and in no way obligates Chemonics to award an IQS. In the event of IQS negotiations, any resulting IQS and STO(s) 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 IQS. Terms and clauses are not subject to negotiation. By submitting a proposal, offerors certify that they understand and agree to all the terms and clauses contained in section III.

I.12. Privity

By submitting a response to this request for proposals, offerors understand that USAID is NOT a party to this solicitation.

GlobalQMS ID: 681.9, 7 August 2018

Page 19: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 19 of 42

Section II Background, Scope of Work, Deliverables, and Deliverables Schedule

II.1. Background

The Soma Umenye project is an official project of USAID, implemented by Chemonics. The purpose of Some Umenye is to improve reading outcomes in Kinyarwanda for over one million students nationwide by ensuring that 70% of students attending public or government-aided schools are reading at grade-level text fluency and comprehension by the completion of Grade P3. The project therefore provides direct procurement of educational classroom materials, including textbooks, storybooks, and classroom readers to targeted P1-P3 classrooms throughout the country. This requires the efficient and effective delivery of these materials to each classroom, and therefore Soma Umenye requires in-country third-party distribution services from Some Umenye’s warehouse in the Free Economic Zone, Kigali Province, to each final delivery destination: public and government-aided schools.

II.2. Scope of Work

The purpose of this subcontract is to outline a menu of services that the offer should be able to provide. The details of each service in addition to the deliverable schedule will be determined by each individual Sub-Task Order to be issued under this contract. The subcontractor is expected to have in place a flexible platform that provides for quick dispatch of the educational classroom materials for Soma Umenye’s warehouse located in the Kigali Special Economic Zone to schools with target P1-P3 classrooms.

The successful Offeror or Offerors shall be required to provide the following transportation and delivery targeted P1-P3 classrooms in one or more of thirty districts throughout Rwanda.

i) Distribution Plan, Scope of Work, and Requirements The successful Offeror(s) shall be required to provide ground transportation of educational classroom materials from Chemonics’ warehouse in the Economic Free Zone, Kigali Province to the delivery location(s) specified in the sub-task order.

Offerors shall consider the following requirements and guidelines when responding to this request and include in its distribution plan. Chemonics anticipates that the below requirements will be included in any resulting subcontract(s).

a) Dispatch and Delivery Points: i. Time is of the essence.

1. By executing the IQS the Offeror confirms it will make all reasonable attempts to comply with the spirit of the delivery schedule included in the offeror’s proposal (i.e., Offerors are expected to propose realistic and accurate delivery speeds in their proposals that will be used as a basis to judge reasonableness of delivery speeds quoted for any subsequent sub-task orders). Offerors agree to penalty for late delivery if it fails to comply with the delivery schedule of a confirmed sub-task order.

2. The Offerors must be able to begin dispatch within 72 hours from the execution of a Task Order. The Offerors shall be required to have the capacity to implement multiple requests concurrently.

ii. Distribution Plan:

GlobalQMS ID: 681.9, 7 August 2018

Page 20: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 20 of 42

1. At Soma Umenye Warehouse (if needed) the Offeror will be responsible for loading the vehicles. The selected Offeror(s) will be responsible for ensuring that goods are loaded and accounted for. Offloading requirements will vary depending on the type of delivery, but will remain the responsibility of the selected Offeror(s).

2. Offerors must ensure that they provide sufficient equipment and personnel to manage the loading and unloading of educational classroom materials.

3. Security: Offerors shall ensure and deploy reasonable and cost-effective strategies, actions, processes and measures to ensure that all commodities being transported are not lost in transit, from the point of pick-up until custody of the commodities are transferred to the designated recipients.

4. The Offerors shall ensure that planned routes for transit of vehicles are the safest routes based on the assessments of different roads available.

5. The Offerors shall provide information on drivers and the accompanying team to track them to destinations from the point of loading;

b) Fleet/Equipment/Drivers: i. All trucks/vehicles/equipment/other transportation means to be used for the

distribution services will be subject to a visual inspection prior to commencement of required tasks.

ii. Vehicles interiors shall be free of debris and contaminants prior to loading and during distribution.

iii. Offerors are required to submit the maintenance protocol used for the fleet listed in the offer and proof of comprehensive insurance coverage for the fleet. It is expected that Offerors will be able to secure comparable vehicles that meet the specifications set forth herein should the vehicles included in the fleet list become unavailable. Chemonics reserves the right to inspect replacement vehicles.

iv. The maintenance (mechanical, electrical and otherwise) including the fueling of the fleet(s) will be entirely the responsibility of the Offerors.

v. Offerors shall employ drivers who are licensed to drive in accordance with local law and the have any necessary or relevant certifications (e.g. defensive driving certification, certification to carry hazardous materials, etc.). Drivers dispatched will be expected to have basic knowledge in auto mechanics and be informed and aware of all relevant conditions for transportation of the commodities, including any special handling requirements. Offerors will ensure that there shall not be consumption of alcoholic beverages during deliveries & shall provide rules and regulations to the drivers on the ban on use of alcohols.

c) Loading/Offloading/Storing and Delivery: i. Loading/Offloading:

1. Offerors will be responsible for all unloading/loading at the point of origin and delivery destination

2. Offerors shall be responsible for checking the stock loaded onto the vehicles and fully documenting commodities received at point of origin

3. The selected offeror must ensure the boxes are properly secured and suitable to prevent theft, loss, or damage from the point of origin until safe arrival at the delivery points specified.

GlobalQMS ID: 681.9, 7 August 2018

Page 21: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 21 of 42

4. Offerors will be responsible for proper packing/loading of the truck.5. Offerors shall be required to provide an appropriate number of people to

assist with offloading the consignment at the delivery location. The Offerors must avoid proxy delivery and/or delivery at inappropriate period. Schools will be unable to receive deliveries during school and public holidays. Only delivery of materials to the schools identified in Attachment 1 into the custody of the respective head teacher shall be considered to satisfy performance under the subcontract.

ii. Distribution:1. The Offeror’s drivers shall endeavor to notify the designated contact of

the impending delivery to each designated point of contact at each school within 12-24 hours before the expected site level deliveries. As part of the Task Order, Chemonics shall provide the Offerors a contact staff and mobile telephone numbers at each school site.

2. Chemonics shall provide to the Offerors a sample proof of delivery (POD) which shall be used for distribution of commodities to the last mile. This will include quantities and description/type (e.g., P1 educational classroom materials). Fully executed POD(s) shall be submitted to Chemonics in accordance with the agreed upon deliverables deadline(s).

3. Offerors shall monitor the distribution carefully and shall rapidly address any issues that arise including issues of accessibility, vehicle breakdown, lagging delivery times, or security. These issues must be reported to Chemonics as soon as they occur along with proposed mitigation/management measures.

4. Delivery must be done at the school designated in the distribution list provided by Chemonics at the Task Order level. Educational classroom materials may not be transferred at an off-site location. Any educational classroom materials transferred at any site other than the named school will not be considered delivered within the terms of the IQS and the Task order.

b) Standard Operating Procedures (SOPs): i. SOPs statements must be submitted to confirm consistent procedures for security,

transport, storage, packaging and loading, as applicable

c) Insurance:i. For any storage, handling, and transportation within the Country of

Rwanda of materials specified under this subcontract and any STOs, the Subcontractor shall obtain sufficient insurance to cover 110% of the value of any item(s) damaged while in the care and custody or under the control of the Subcontractor, regardless of the physical location of the item(s). This insurance shall include, but is not limited to transit insurance and general cover for damage resulting from fire, collision, overturning of vehicle, theft, and negligence and/or willful misconduct on the part of the Subcontractor. Claims are to be payable in RWF with Chemonics Soma Umenye LLC, as the named insured and loss payee. The Subcontractor

GlobalQMS ID: 681.9, 7 August 2018

Page 22: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 22 of 42

shall provide Chemonics with a Certificate of Insurance in a form acceptable to Chemonics.

ii. Offerors shall be responsible for the insurance for the business and shall provide copies of the insurance certificates the Soma Umenye project as part of the proposal. Insurance maintained shall include:

1. Commercial general liability insurance with a combined bodily injury and property damage (other than goods/products) which covers, at a minimum, premises, independent contractor, contractual liability, personal and advertising injury;

2. Employer’s liability insurance in accordance with the applicable laws of Rwanda

3. Workers’ compensation insurance in accordance with the applicable laws of Rwanda; and Worker’s Compensation Insurance as required by the Defense Base Act (DBA) and in accordance to FAR 52,228-3.

4. Comprehensive automobile liability insurance for vehicles operated, owned or leased by the organization for the provision of services in accordance with the applicable laws

II.3. Deliverables

Sub-task orders will be issued under this IQS priced on a firm fixed price basis. The deliverables will be included in each task order and will be based solely on the services identified in the SOW above.

GlobalQMS ID: 681.9, 7 August 2018

Page 23: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 23 of 42

Section III Indefinite Quantity Subcontract (Terms and Clauses)

Draft Indefinite Quantity Subcontract (Terms and Clauses) are available upon request to Soma Umenye Procurement, at the following email address [email protected]

GlobalQMS ID: 681.9, 7 August 2018

Page 24: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 24 of 42

Annex 1 Cover Letter[Offeror: Insert date]

Kate Arden, Deputy Chief of Party – OperationsRwanda Soma UmenyeChemonics Soma Umenye LLC

Reference: Request for Proposals No. SU-2116, Ad-hoc Transportation, and Distribution Educational Classroom Materials

Subject: [Offeror: Insert name of your organization]’s technical and cost proposals

Dear Mrs. Kate Arden, Deputy Chief of Party – Operations

[Offeror: Insert name of your organization] is pleased to submit its proposal in regard to the above- referenced 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 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. Copy of registration or incorporation in the public registry, or equivalent document from the government office where the offeror is registered.

II. Copy of company tax registration, or equivalent document.III. Copy of trade license, or equivalent document.IV. Evidence of Responsibility Statement.

Sincerely yours,

______________________Signature[Offeror: Insert name of your organization's representative][Offeror: Insert name of your organization]

GlobalQMS ID: 681.9, 7 August 2018

Page 25: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 25 of 42

Annex 2 Guide to Creating a Financial Proposal for a Fixed Price Subcontract

This annex does not replace the guidance provided under Section I.4.B.3. Rather, it provides additional guidance to aid offerors in developing their cost proposals. Chemonics has requested that offerors prepare and submit cost proposals showing their prices according to the sample table below in order to receive consideration. Chemonics recommends the following broad steps in order to aid the offerors in preparing their table of prices. Offerors, at their own discretion, may follow these steps in order to first understand their organizational costs, and then develop a table of prices as requested below:

Step 1: Read the Scope of Work as provided under Section II.2

Step 2: Design a technical proposal in response to the requirements requested in the Scope of Work under Section II.2 of this RFP. Offerors should examine the market for the proposed activity and realistically assess how they can meet the needs and services as described in this RFP, specifically in Section II.

Step 3: Determine the basic costs associated with performing the work and preparing each deliverable requested, and then develop a budget that captures all such costs in the offeror’s own budget template.

Step 4: Translate the offeror’s own budget into a table of prices, similar to the sample table provided below. Offerors should propose their best prices in the sample table format requested below – by weight tier in kilograms, and location. The offeror is required to submit only the price table showing its best prices, not a detailed budget.

Step 4: Write Cost Notes. Offerors should prepare cost notes to identify what specific types of costs are included in its proposed prices (for example, for each tier, the offer should specify if insurance, fuel, maintenance, labor, and so on, are included. The offeror is required to submit costs notes

Chemonics will not provide technical assistance to offerors on budget preparation. Chemonics expects offerors, on their own, to read the scope of work, consider all of their organizational costs based on the scope of work, prepare their own detailed budgets to cover the basic costs they expect to incur, and to then translate the costs of the detailed budget into prices as requested in the sample price table provided below – by “location” and “weight tiers in kilograms.”

Under no circumstances may cost or price information be included in the technical proposal. No cost or price information may be included in the technical proposal. The cost proposal must only show prices as requested in the table provided below.

GlobalQMS ID: 681.9, 7 August 2018

Page 26: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 26 of 42

Sample Price Table

As noted above, offerors should prepare and propose a table of fixed prices similar to the sample table provided below. An Excel version of the below table is included as Attachment 2 of this RFP for convenience, but Offerors may prepare their own table of fixed prices in Microsoft Excel (in the same format as the sample provided below) in response to the technical and cost requirements of this RFP. If Offeror’s commercial tiered rates vary from the tiers below, Offeror may propose those instead with a detailed explanation of the basis of rates and a copy of their published price list. This is a sample, only. The offeror’s cost proposal should list prices for distribution to all 30 districts in Rwanda.

GlobalQMS ID: 681.9, 7 August 2018

Page 27: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 27 of 42

Annex 3 Required Certifications

52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION

As prescribed in 3.103-1, insert the following provision. If the solicitation is a Request for Quotations, the terms “Quotation” and “Quoter” may be substituted for “Offer” and “Offeror.”

CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985)

_________________________(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 solicita-tion) 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 con-trary 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 or-ganization 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.

___________________________________ (Applicant)

BY (Signature) ___________________ TITLE _____________________

TYPED NAME ____________________ DATE _____________________

GlobalQMS ID: 681.9, 7 August 2018

Page 28: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 28 of 42

52.203-11  CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS

CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEPT 2007)

_________________________(hereinafter called the "offeror") (Name of Offeror)

(a) Definitions. As used in this provision—“Lobbying contact” has the meaning provided at 2 U.S.C. 1602(8). The terms “agency,” “influencing or attempting to influence,” “officer or employee of an agency,” “person,” “reasonable compensation,” and “regularly employed” are defined in the FAR clause of this solicitation entitled “Limitation on Payments to Influence Certain Federal Transactions” (52.203-12).

(b) Prohibition. The prohibition and exceptions contained in the FAR clause of this solicitation entitled “Limitation on Payments to Influence Certain Federal Transactions” (52.203-12) are hereby incorporated by reference in this provision.

(c) Certification. The Offeror, by signing its offer, hereby 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, an officer or employee of Congress, or an employee of a Member of Congress on its behalf in connection with the awarding of this contract.

(d) Disclosure. 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 whom payments of reasonable compensation were made.

(e) Penalty. Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by 31 U.S.C. 1352. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure required to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure.

(f) Should the Offeror’s circumstances change during the life of any resulting subcontract with respect to the above, the Offeror will notify Buyer immediately. ___________________________________

BY (Signature) ___________________ TITLE _____________________

TYPED NAME ____________________ DATE _____________________

GlobalQMS ID: 681.9, 7 August 2018

Page 29: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 29 of 42

GlobalQMS ID: 681.9, 7 August 2018

Page 30: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 30 of 42

52.209-5  CERTIFICATION REGARDING RESPONSIBILITY MATTERS

Certification Regarding Responsibility Matters (Apr 2010)

(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 U.S. Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied.

(1) U.S. Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.

(2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. § 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of U.S. Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

GlobalQMS ID: 681.9, 7 August 2018

Page 31: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 31 of 42

(iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. § 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).

(ii) The Offeror has ( ) has not ( ) , within a three-year period preceding this offer, had one or more contracts terminated for default by any U.S. 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, United States Code.

(b) The Offeror shall provide immediate written notice to the Contracting Officer 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 the Contracting Officer may render the Offeror non-responsible.

(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 to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.

PLEASE SIGN AND RETURN

Company Name___________________________

Signature ___________________________ Printed Name _____________________________Title ____________________________ Date _____________________________

GlobalQMS ID: 681.9, 7 August 2018

Page 32: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 32 of 42

EVIDENCE OF RESPONSIBILITY

1. Offeror Business Information

Company Name: Full Legal Name

Address: Address

DUNS Number: Enter the Data Universal Numbering System reference (DUNS) assigned to the com-pany (Instructions to Offerors: Offerors will provide their registered DUNS number for subawards val-ued at USD$30,000 and above with Chemonics unless exempted. Exemption may be granted by Chemon-ics or based on a negative response to Section 3(a) below (ie, the offeror, in the previous tax year, had gross income from all sources under USD$300,000). Dun & Bradstreet regulates the system and registra-tion may be obtained online at http://fedgov.dnb.com/webform. 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 applicable or not possible. Additional guidance on obtaining a DUNS number is available upon request.)

2. Authorized Negotiators

Company Name proposal for Proposal Name 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 RFP No.

List Names of Authorized signatories

These individuals can be reached at Company Name office:

AddressTelephone/FaxEmail address

3. Adequate Financial Resources

Company Name has adequate financial resources to manage this contract, as established by our audited financial statements (OR list what else may have been submitted) submitted as part of our response to this proposal.

If the offeror is selected for an award valued at $30,000 or above, and is not exempted based on a nega-tive response to Section 3(a) below, any first-tier subaward to the organization may be reported and made public through FSRS.gov in accordance with The Transparency Acts of 2006 and 2008. Therefore, in ac-cordance with FAR 52.240-10 and 2CFR Part170, if the offeror positively certifies below in Sections 3.a and 3.b and negatively certifies in Sections 3.c and 3.d, the offeror will be required to disclose to Chemonics for reporting in accordance with the regulations, the names and total compensation of the or-ganization’s five most highly compensated executives. By submitting this proposal, the offeror agrees to comply with this requirement as applicable if selected for a subaward.

GlobalQMS ID: 681.9, 7 August 2018

Page 33: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 33 of 42

In accordance with those Acts and to determine applicable reporting requirements, Company Name certi-fies as follows:

a) In the previous tax year, was your company’s gross income from all sources above $300,000?

Yes No

b) In your business or organization's preceding completed fiscal year, did your business or organiza-tion (the legal entity to which the DUNS number belongs) receive (1) 80 percent or more of its annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or co-operative 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?:

Yes No

c) Does the public 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? (FFATA § 2(b)(1)):

Yes No

d) Does your business or organization maintain an active registration in the System for Award Man-agement (www.SAM.gov)?

Yes No 4. 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.

5. Record of Performance, Integrity, and Business Ethics

Company Name record of integrity is (Instructions: Offeror should describe their record. Text could include example such as the following to describe their record: "outstanding, as shown in the Representations and Certifications. We have 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 Proposal."

6. Organization, Experience, Accounting and Operational Controls, and Technical Skills

(Instructions: Offeror should explain their organizational system for managing the subcontract, as well as the type of accounting and control procedure they have to accommodate the type of subcontract being considered.)

GlobalQMS ID: 681.9, 7 August 2018

Page 34: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 34 of 42

7. Equipment and Facilities

(Instructions: Offeror should state if they have necessary facilities and equipment to carry out the contract with specific details as appropriate per the subcontract SOW.)

8. Eligibility to Receive Award

(Instructions: Offeror should state if they are qualified and eligible to receive an award under applicable laws and regulation and affirm that they are not included in any list maintained by the US Government of entities debarred, suspended or excluded for US Government awards and funding. The Offeror should state whether they have performed work of similar nature under similar mechanisms for USAID. )

9. Commodity Procurement

(Instructions: If the Offeror does not have the capacity for commodity procurements - delete this section. If the Offeror does have the capacity, the Offeror should state their qualifications necessary to support the proposed subcontract requirements.)

10. Cognizant Auditor

(Instructions: Offeror should provide Name, address, phone of their auditors – whether it is a government audit agency, such as DCAA, or an independent CPA.)

11. Acceptability of Contract Terms

(Instructions: Offeror should state its acceptance of the proposed contract terms.)

12. Recovery of Vacation, Holiday and Sick Pay

(Instructions: Offeror should explain whether it recovers vacation, holiday, and sick leave through a corporate indirect rate (e.g. Overhead or Fringe rate) or through a direct cost. If the Offeror recovers vacation, holiday, and sick leave through a corporate indirect rate, it should state in this section the number of working days in a calendar year it normally bills to contracts to account for the vacation, holiday, and sick leave days that will not be billed directly to the contract since this cost is being recovered through the corporate indirect rate.)

13. Organization of Firm

(Instructions: Offeror should explain how their firm is organized on a corporate level and on practical implementation level, for example regionally or by technical practice.)

Signature: ___________________________

Name: ___________________________

Title: ___________________________

Date: ___________________________

GlobalQMS ID: 681.9, 7 August 2018

Page 35: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 35 of 42

KEY INDIVIDUAL CERTIFICATION NARCOTICS OFFENSES AND DRUG TRAFFICKING

I hereby certify that within the last ten years:

1. I have not been convicted of a violation of, or a conspiracy to violate, any law or regulation of the United States or any country concerning narcotic or psychotropic drugs or other controlled substances.

2. I am not and have not been an illicit trafficker in any such drug or controlled substance.

3. I am not and have not been a knowing assistor, abettor, conspirator, or colluder with others in the illicit trafficking in any such drug or substance.

Signature: __________________________________ Date:      

Name:      

Title/Position:      

Organization:      

Address:      

Date of Birth:      

NOTICE:

1. You are required to sign this Certification under the provisions of 22 CFR Part 140, Prohibition on Assistance to Drug Traffickers. These regulations were issued by the Department of State and require that certain key individuals of organizations must sign this Certification.

2. If you make a false Certification you are subject to U.S. criminal prosecution under 18 U.S.C. 1001.

GlobalQMS ID: 681.9, 7 August 2018

Page 36: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 36 of 42

Annex 4 DUNS and SAM Registration Guidance

What is DUNS?

The Data Universal Numbering System (DUNS) is a system developed and regulated by Dun & Brad-street (D&B) - a company that provides information on corporations for use in credit decisions - that as-signs 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 in-cludes 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 obli-gating 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 sub-award 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 govern-ment. 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

GlobalQMS ID: 681.9, 7 August 2018

Page 37: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 37 of 42

Description of operations and associated code (SIC code found at https://www.osha.gov/pls/imis/sicsearch.html)

Annual sales and revenue information 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 sup-port of agency acquisition and award missions—was consolidated with other federal systems into the Sys-tem 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 orga-nization 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 in-formation and manage their organizational data instead of providing it to Chemonics. Reporting on execu-tive 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, subcon-tracts, 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 execu-tives in your business or organization (the legal entity to which the DUNS number it provided be-longs) 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.

GlobalQMS ID: 681.9, 7 August 2018

Page 38: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 38 of 42

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 compensation re-porting. 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 an-nual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or coop-erative agreements; and (2) $25,000,000 or more in annual gross revenues from U.S. federal con-tracts, 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 approxi-mately 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. Ad-ditional, 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, Fed-eral 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 SBA-defined socioeconomic characteristics.

GlobalQMS ID: 681.9, 7 August 2018

Page 39: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 39 of 42

* Goods and Services Information - Includes, but is not limited to, NAICS code, SIC code, Product Ser-vice (PSC) code, and Federal Supply Classification (FSC) code.

* Financial Information - Includes, but is not limited to, financial institution, American Banking Associa-tion (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.)

GlobalQMS ID: 681.9, 7 August 2018

Page 40: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 40 of 42

ANNEX 5: DELIVERY SPEED

Delivery speed shall be evaluated on the basis of offerors’ responses to the two following delivery scenarios. The details for each scenario are set for the below and the delivery locations and quantities can be found in Attachment 1. (Note that each scenario appears on a separate tab in the spreadsheet.) Scenarios # 1 shall serve as the basis for award of the first sub-task order under the resulting IQS.

Delivery shall be Delivery at Place (DAP), including loading and unloading,. Delivery estimates shall be accurate and honest and must be upheld in spirit in the performance of any resulting subcontract(s). (I.e., the successful offeror’s proposed delivery speed will be used as the basis for determining the reasonableness in the proposed delivery schedule of any subsequent task order.) The two delivery scenarios presented in this section and in Attachment 1 are representative of the work to be ordered under any resulting subcontract, though actual work may vary in location and quantities.

Instructions: Offerors shall review each of the two delivery scenarios presented in Attachment 1. For each, Offerors shall provide the information requested below. Specifically, this shall include the number of working days required for distribution by province and the total number of days needed to complete distribution of the total order, based on the specifications given for each scenario. Offerors shall further describe any anticipated overlap or concurrent distribution. Depending on Offeror’s proposed plans for distribution in multiple provinces at once, the total number of days required for distribution may be less than the sum of the number of days required for delivery in each province.

For the “total number of days for delivery,” note that number of days shall commence tolling on the date that a Sub-Task Order is fully executed and will end when all educational classroom materials have been delivered. It must include any time needed to mobilize vehicles and personnel needed to fulfill the required services. “Delivery” shall mean the process by which an end-user school receives the educational classroom materials for each Sub-Task Order. That is to say, “delivery” encompasses the full scope of an Offeror’s responsibilities from the time it receives the educational classroom materials from Chemonics until all educational classroom materials have been accepted by each school’s head teacher.

Delivery Scenario #1 (anticipated STO # 1)

Delivery of 4,512 packed cardboard boxes of P1 classroom readers and other teaching materials with the following approximate specifications to the delivery locations and in the quantities shown on Tab 1 of Attachment 1:

Box dimensions : 50cm x 38cm x 45cmBox weight: 6.8 kg

Delivery by Province* # of days for delivery by province

Are there any overlap/concurrent deliverables

Western Province

Northern Province

GlobalQMS ID: 681.9, 7 August 2018

Page 41: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

Ad hoc Transportation, and Distribution Classroom Materials

RFP No. SU- 2116Page 41 of 42

Eastern Province

Kigali Province

Southern Province

*Delivery by province may be proposed in a different order at Offeror’s discretion.

Total number of days for delivery of order that is being offered: days.

Illustrative Delivery Scenario #2

Delivery of 7,576 packed cardboard boxes of P1, P2, and P3 classroom readers in varying sizes with the following specifications to the delivery locations and in the quantities shown on Tab 2 of Attachment 1:

Package 1 [P1 Andika Rwanda readers] specifications:Box dimensions: 25cm x 20cm x 10cmBox weight: 3.5 kg

Package 2 [P2 and P3 classroom readers and teachers guides] specifications:Box dimensions: 40cm x 40cm x 60cmBox weight: 13.5 kg

Delivery by Province* # of days for delivery by province

Are there any overlap/concurrent deliverables

Western Province

Northern Province

Eastern Province

Kigali Province

Southern Province

*Delivery by province may be proposed in a different order at Offeror’s discretion.

Total number of days for delivery of an estimated order that is being offered: days.

GlobalQMS ID: 681.9, 7 August 2018

Page 42: RFP (FP) Template - jobinrwanda.com details files/RF…  · Web viewIn other word, should Chemonics order higher volumes of transportation services, Chemonics expects the price of

ATTACHMENT 1: Illustrative delivery scenarios

DELIVERY QUANTITIES AND LOCATIONS FOR DELIVERY SCENARIOS # 1 (STO #1) AND #2 ARE PROVIDED ON TWO INDIVIDUAL WORKSHEETS IN A SEPARATE EXCEL SPREADSHEET, INCORPORATED INTO THIS RFP BY REFERENCE. OFFERORS SHALL PROVIDE A RESPONSE TO EACH SCENARIO AS PART OF ITS PROPOSAL SUBMISSION UNDER THIS RFP (SEE ANNEX 5).

GlobalQMS ID: 681.8, 23 December 2015