Introduction and Purpose - ACBAR: Home Page



00Promote MusharikatRequest for Proposals (RFP)No. Musharikat-KBL-17-001Event Management ServicesIssue Date:5 July 2017NOTE: ALL FIRMS PLANNING TO SUBMIT A QUOTE SHOULD REGISTER FOR THIS PROCUREMENT BY SENDING AN EMAIL TO Musharikat_Procurement@. This will ensure that the bidder obtains copies of any modifications and responses to questions.WARNING: Prospective Offerors, who have received this document from a source other than the Musharikat project, should immediately contact Musharikat and provide their name and mailing address in order that amendments to the RFQ or other communications can be sent directly to them. Any prospective Offeror who fails to register their interest assumes complete responsibility in the event that they do not receive communications prior to the closing date. Any amendments to this solicitation will be issued to offerors via email.00Promote MusharikatRequest for Proposals (RFP)No. Musharikat-KBL-17-001Event Management ServicesIssue Date:5 July 2017NOTE: ALL FIRMS PLANNING TO SUBMIT A QUOTE SHOULD REGISTER FOR THIS PROCUREMENT BY SENDING AN EMAIL TO Musharikat_Procurement@. This will ensure that the bidder obtains copies of any modifications and responses to questions.WARNING: Prospective Offerors, who have received this document from a source other than the Musharikat project, should immediately contact Musharikat and provide their name and mailing address in order that amendments to the RFQ or other communications can be sent directly to them. Any prospective Offeror who fails to register their interest assumes complete responsibility in the event that they do not receive communications prior to the closing date. Any amendments to this solicitation will be issued to offerors via email. Table of Contents TOC \o "1-3" \h \z \u 1.Introduction and Purpose PAGEREF _Toc486873497 \h 41.1Purpose PAGEREF _Toc486873498 \h 41.2Objectives PAGEREF _Toc486873499 \h 41.3Statement of Work, IQC (Indefinite Quantity) Subcontract PAGEREF _Toc486873500 \h 41.4Project Period of Performance PAGEREF _Toc486873501 \h 51.5Issuing Office PAGEREF _Toc486873502 \h 51.6Type of Award Anticipated PAGEREF _Toc486873503 \h 52.General Instructions to Offerors PAGEREF _Toc486873504 \h 52.1General Instructions PAGEREF _Toc486873505 \h 52.2Proposal Cover Page PAGEREF _Toc486873506 \h 62.3Questions regarding the RFP PAGEREF _Toc486873507 \h 62.4Eligibility Requirements PAGEREF _Toc486873508 \h 63.Instructions for the Preparation of Technical Proposals PAGEREF _Toc486873509 \h 73.1Technical Evaluation Criteria PAGEREF _Toc486873510 \h 73.2Contents of Technical Proposal PAGEREF _Toc486873511 \h 73.3Cost/Price Proposals PAGEREF _Toc486873512 \h 84.Final Offers and Negotiations PAGEREF _Toc486873513 \h 95.Basis of Award PAGEREF _Toc486873514 \h 105.1Best Value Determination PAGEREF _Toc486873515 \h 105.2Responsibility Determination PAGEREF _Toc486873516 \h 106.Inspection & Acceptance PAGEREF _Toc486873517 \h pliance with Terms and Conditions PAGEREF _Toc486873518 \h 117.1General Terms and Conditions PAGEREF _Toc486873519 \h 117.2Government Withholding Tax for Afghan Based Companies PAGEREF _Toc486873520 \h 117.3Source and Nationality PAGEREF _Toc486873521 \h 117.4Data Universal Numbering System (DUNS) PAGEREF _Toc486873522 \h 127.5Vetting Procedure PAGEREF _Toc486873523 \h 127.6Conflict of Interest Declaration for the Musharikat Subcontractor PAGEREF _Toc486873524 \h 137.7Whistleblower Protections Act PAGEREF _Toc486873525 \h 148.Attachments PAGEREF _Toc486873526 \h 168.1Attachment A: Scope of Work PAGEREF _Toc486873527 \h 168.2Attachment B: Proposal Cover Letter PAGEREF _Toc486873528 \h 218.3Attachment C: Fixed Price Labor Schedule PAGEREF _Toc486873529 \h 228.4Attachment D: Instructions for Obtaining a DUNS Number - DAI’S Vendors, Subcontractors PAGEREF _Toc486873530 \h 238.5Attachment E: Self Certification for Exemption from DUNS Requirement PAGEREF _Toc486873531 \h 318.6Attachment F: Past Performance Form PAGEREF _Toc486873532 \h 328.7Attachment G: Representations and Certifications of Compliance PAGEREF _Toc486873533 \h 338.8Attachment H: Proposal Checklist PAGEREF _Toc486873534 \h 34Synopsis of the RFPRFP No. Musharikat-KBL-17-001Issue Date5 July 2017TitleEvent Management ServicesIssuing Office The issue office is:Promote Musharikat Kabul Office Musharikat_Procurement@. Deadline for Receipt of Questions4:00 pm local Kabul time on 11 July 2017All questions should be submitted via email to: Musharikat_Procurement@. Questions or requests for clarifications via phone or in person will not be accepted.Deadline for Receipt of Proposals4:00 pm local Kabul time on 15 July 2017All Offerors are required to submit one (1) electronic (soft) copy of their quotation via email to: Musharikat_ProcurementINBOX@ Point of Contact Email for questions: Musharikat_Procurement@Anticipated Award TypeIQC Subcontract with Firm–Fixed-Price Task OrdersDAI Musharikat reserves the right to issue more than one subcontract, as required, to meet project requirements.Period of PerformanceOne year (12 months) from award of subcontract.Basis for AwardAn award will be made based on the Trade-Off Method. The award will be issued to the responsible and reasonable offeror who provides the best value to DAI and its client using a combination of technical and cost/price factors. To be considered for award, bidders must meet the requirements identified in Section 5.2 Responsibility pliance with Terms and ConditionsOfferor shall be aware of the general terms and conditions for an award resulting from this RFP. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment H. Procurement EthicsBy submitting a proposal, Offerors certify that they have not/will not attempt to bribe or make any payments to DAI employees in return for preference, nor have any payments with Terrorists, or groups supporting Terrorists, been attempted. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Bidders or the DAI staff may report violations to the Toll-Free Ethics and Compliance Anonymous Hotline at +1 855-603-6987, via the DAI website, or via email to FPI_hotline@.Introduction and PurposePurposeDAI, the implementer of the USAID-funded Musharikat project, invites qualified offerors to submit proposals to provide event management services in support of project implementation. ObjectivesThis subcontract will provide event management services for the current three (3) Promote Musharikat coalitions during implementation of their regional advocacy campaigns. Therefore, the subcontract will support the following objective, sub-objective and activity of the Promote Musharikat prime contract:Objective 3: Increase awareness and support for women’s rights in all 34 provinces of Afghanistan.Sub-objective 3.1: Coalitions’ Campaign Plans Designed and ImplementedActivity 3.1.2: Support Issue Based Coalitions to design and implement awareness ABC (Attitude and Behavior Change) strategies and campaignsNow that the first three Musharikat Coalitions are formed, the project will work with each Coalition to design and deliver culturally effective, integrated, and far-reaching public awareness, outreach and advocacy campaigns that raise awareness of women’s rights, challenge social norms that are harmful to women, encourage more positive attitudes and behavior toward women, and strengthen women’s capacity to fully participate in Afghan society. These campaigns will be tailored to Coalition objectives and may include:Promoting awareness of existing laws, rules, and rights that offer women formal protections, and the importance of upholding them;Highlighting key pieces of legislation under consideration and their potential impact on women’s lives within the Afghan community, encouraging citizens to lobby lawmakers to support gender equality;Stressing the benefits of empowered women to families, communities, and countries; and,Educating women in culturally effective ways to increase their participation in the advancement of women’s equality and empowerment.Statement of Work, IQC (Indefinite Quantity) SubcontractThe current three (3) Promote Musharikat coalitions: Access to Economic Opportunity, Access to Education, and Violence against Women will implement regional advocacy campaign plans for one year beginning in July 2017. Musharikat acts as a provider of technical assistance and resources to support implementation of advocacy campaigns for women’s rights platforms decided and implemented by Afghan women leaders and tailored to the Afghan context. The Offeror shall provide event management services in support of the 3 coalitions’ advocacy plans. Specifically, the Offeror will plan and manage all logistics for the following types of coalition events: Educational Workshops, Seminars and TrainingsConsultative Workshops with Government OfficialsConferencesCommunity outreach contests (Wall Art/graffiti, essay contest, etc.)Community Stakeholder Meetings The events will be held in the five primary urban centers throughout Afghanistan - Kabul, Mazar, Jalalabad, Herat, and Kandahar as well as in capital cities of the other 29 provinces. A detailed IQC Scope of Work (SOW) is provided in Attachment A.Project Period of PerformanceThe period of performance of the IQC subcontract resulting from this RFP shall be the date of award plus 12 (twelve) months.Issuing OfficeThe Issuing Office and Contact Person noted in the above synopsis is the sole point of contact at DAI for purposes of this RFP. Any prospective offeror who fails to register their interest with this office assumes complete responsibility in the event that they do not receive direct communications (amendments, answers to questions, etc.) prior to the closing date.Type of Award AnticipatedDAI anticipates awarding an IQC Subcontract with Firm–Fixed-Price Task Orders. This subcontract type is subject to change during the course of negotiations.An IQC Subcontract is: An Indefinite Quantity Contract used when the specific quantity of services and/or materials required is indefinite (not known). This type of subcontract allows for the issuance of Task Orders to provide similar services, products, and materials as required by Musharikat within an established ceiling price and time frame. Each Task Order SOW will fall within one of the categories of event management support outlined in the IQC subcontract and Musharikat will issue a request for task order proposal (RFTOP) when new work is required. Task Orders will have individual scopes of work and budgets negotiated with payments made upon completion of deliverables. The aggregate value of all Task Orders issued under the IQC subcontract cannot exceed the total ceiling.A Firm-Fixed-Price (FFP) Task Order is: A task order issued for a total firm-fixed-price for the provision of specific services, goods, or deliverables and is not adjusted if the actual costs are higher or lower than the fixed price amount. The winning subcontractor/s is expected to include all costs, direct and indirect, into their proposed task order prices. DAI Musharikat reserves the right to issue more than one subcontract, as required, to meet project requirements. If DAI determines that one Offeror does not possess the geographic experience and/or capacity to successfully implement event management activities in all provinces, separate subcontracts may be issued on a regional basis.General Instructions to OfferorsGeneral Instructions“Offeror”, “Subcontractor”, and/or “Bidder” means a firm proposing the work under this RFP. “Offer” and/or “Proposal” means the package of documents the firm submits to propose the work.Registering for RFP/Expressing Interest in submitting proposal: Offerors who wish to submit a proposal should register their intent by sending an email to Musharikat_Procurement@ with the subject “Register for RFP Musharikat-KBL-17-001.” This will ensure that the Offeror obtains copies of any modifications to the RFP as well as responses to questions. Closing date for submission of proposals: Proposals are due by 4:00 pm local time Kabul on 15 July 2017. All Offerors are required to submit one (1) electronic copy of their quotation via email to Musharikat_ProcurementINBOX@ Offers received after the closing date will not be considered, except under extraordinary circumstances, at the discretion of DAI.Offerors wishing to respond to this RFP must submit proposals, in English, in accordance with the following instructions. Offerors are required to review all instructions and specifications contained in this RFP. Failure to do so will be at the Offeror’s risk. If the solicitation is amended, then all terms and conditions not modified in the amendment shall remain unchanged. Keep in mind that on slower internet connections, large proposal files may take a long time to upload. Package your proposal properly to reduce the file size (save as a single compressed PDF file, and select Minimum Size).Proposal Cover PageA cover page shall be included with the proposal on the Offeror’s company letterhead with a duly authorized signature and company stamp/seal using Attachment B as a template. The cover letter MUST contain the following information:Title of RFP: (from the front page of this RFP document)RFP Number: (from the front page of this RFP document)Company Name:Company Address:Name of Company’s authorized representative:Telephone No, Mobile Phone #, Email address:Type of Registration and Registration Number:Acceptance of Tax Withholding Statement and TINDUNS number (or statement of agreement to obtain a DUNS)The Offeror will certify a validity period of ninety (90) calendar days for the prices provided.Signature and date Issuance of this RFP in no way obligates DAI to award a subcontract or purchase order. Offerors will not be reimbursed for any costs associated with the preparation or submission of their proposal. DAI shall in no case be responsible for liable for these costs.The submission to DAI of a proposal in response to this RFP will constitute an offer and indicates the Offeror’s agreement to the terms and conditions in this RFP and any attachments hereto. DAI reserves the right not to evaluate a non-responsive or incomplete proposal.Questions regarding the RFPThe closing date for submission of questions or requests for clarification is 4:00 pm local time Kabul on 11 July 2017.Each Offeror is responsible for reading and complying with the terms and conditions of this RFP. Requests for clarification or additional information must be submitted in writing via email to Musharikat_Procurement@. No questions will be answered by phone or in person. Copies of questions and responses will be distributed in writing to all prospective bidders who are on record as having registered their interesting in submitting a proposal in response to this RFP.Eligibility RequirementsFirms and NGOs registered and operating in Afghanistan are eligible to submit a proposal in response to this RFP. Firms and NGOs must have a valid Afghan business license or registration to be eligible for award. In addition, Offerors must have at least two years documented experience in management of events such as conferences, training, or workshops.Note - Organizations included in the List of Parties Excluded from Federal Procurement and Non-Procurement Programs are not eligible for Federal awards. In addition, organizations are not eligible for awards if they have members who appear in the U.S. Department of Treasury’s List of Specifically Designated Nationals (OFAC’s Sanctions List) and Blocked Persons or who have been designated by the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the 1267 Committee) as an individual linked to Taliban, Osama bin Laden, or Al Qaeda organization.Instructions for the Preparation of Technical ProposalsTechnical proposals shall be submitted in a separate electronic file from cost/price proposals, and shall be clearly labelled “VOLUME I: TECHNICAL PROPOSAL.” The technical and cost proposals may be submitted in the same email, but must be separate files.Technical Evaluation CriteriaProposals will be assigned to each proposal during evaluation according to the following criteria: Evaluation CriteriaMaximum PointsTechnical Approach & Work PlanspointsPersonnel Qualifications & Staffing PlanspointsCorporate Capabilities, Experience & Past Performance45 pointsTotal Points100 pointsContents of Technical ProposalThe Technical proposal should address all the requirements listed in this RFP and comprised of the following sections numbered accordingly:[A] Technical Approach & Work Plans: Total possible points = 25This Offeror shall describe its technical approach, methodology and work plan for accomplishing the anticipated IQC Subcontract Scope of Work. Note: To prepare the technical proposal, Offerors should refer to Attachment A: Scope of Work and Estimated Quantities for the IQC Subcontract. The table in this section includes the estimated quantities, types of activities, and locations for which event management services will be provided.Offerors should demonstrates their ability to achieve timely and acceptable performance of the proposed work. Offerors are reminded that time is of the essence when delivering services under the subcontract resulting from this RFP. This section will be scored based on the extent to which the technical approach and methodology is clear, logical, well-conceived, and technically sound, reflects appreciation for the likely problems to be encountered, and directly addresses the objectives identified in the Statement of Work. The Work Plan will be reviewed for expediency and realism.[B] Personnel Qualifications & Staffing Plan: Total possible points = 30The Offeror shall demonstrate its technical staffing expertise and staff capacity to undertake the project. For each key person identified in the proposal, the Offeror shall provide a CV not exceeding 2 pages in length and in chronological order starting with the most recent experience. Female staff are preferred. This section will be scored on the extent to which the staffing plan incorporates personnel who have the experience and ability to effectively carry out the scope of work. This section should include two parts:The Offeror’s proposed personnel and staffing plan with roles and responsibilities clearly defined for each staff member proposed for accomplishing the anticipated IQC Subcontract Scope of Work. Note: To prepare the technical proposal, Offerors should refer to Attachment A: Scope of Work and Estimated Quantities for the IQC Subcontract. The table in this section includes the estimated quantities, types of activities, and locations for which event management services will be provided.[C] Corporate Capabilities, Experience & Past Performance: Total possible points = 45The proposal must provide a detailed account of the Offeror’s record in event management for workshops, training, and conferences demonstrating experience managing all logistics, registration, transportation, food/refreshments, audio visual requirements. List of Relevant Previous Projects - Offerors must provide a list of 3 -5 previous projects which include event management for workshops, training, conferences of similar or greater size/scope implemented in Afghanistan over the last 5 years. Offerors may include projects where Offeror acted as a subcontractor if relevant. This information shall be supplied as a table, and shall include the legal name and address of the organization for which services were performed, a description of work performed, the duration of the work and the value of the contract, and a current contact phone number and email of a contact person at the organization who is familiar with the Offeror’s performance. Use Attachment F, “Past Performance Form” to provide this information.Copies of Previous Contracts – Provide copies of the cover page of three (3) previous awards which include event management in the SOW as verification of relevant experience. Redacted versions of the cover page will be accepted.In addition, Offerors must provide at least three (3) positive past performance references letters for event planning and management which verify successful completion.Finally, a description of the Offeror’s corporate capabilities must be included in the proposal, which outlines management capacity and experience to design and implement the media campaign.Proposals will be scored based on the extent to which the Offeror has successfully managed similar events and how lessons learned from those activities could be applied to this subcontract. Scores will also reflect the Offerors’ ability to deliver projects on time and within budget.Cost/Price ProposalsCost/Price proposals shall be shall be submitted in a separate electronic file from technical proposals, and shall be clearly labeled as “VOLUME II: COST/PRICE PROPOSAL”. The technical and cost proposals may be submitted in the same email, however, make sure that you do NOT include any cost information in the technical file. Technical and Cost proposals are evaluated independently. Cost proposals must be submitted in Afghani currency (AFN) and must include the following documents:[A] BudgetOfferors must complete the excel template titled Attachment C: Fixed Price Labor Schedule and submit it as part of Volume II. Instructions for Completion of Attachment C: Fixed Price Labor ScheduleOfferors should enter all labor categories/positions required to provide event management services for the event types 1-6, and the level of effort required for each position. Sample categories are entered in red font.In the “Fixed Daily Rate” column, fully “loaded” daily rates should be entered. Fully loaded is defined as the actual salary paid for that labor category/position with the following items added: Payroll costs (fringe benefits, etc.), indirect costs applicable to labor, and profit or fee, if any. Fixed daily (loaded) rates must include consideration of the subcontractor's established personnel policies and procedures, except what is covered as Other Direct Costs. To determine the mix of labor categories and level of effort required for event management of Event Types 1-6, Offerors should refer to Attachment A: Scope of Work, IQC Subcontract which provides a detailed list of tasks to be performed by the subcontractor. To better understand the labor requirements, the number of participants, anticipated locations for the events, and assumptions are included in Attachment A as well as on Attachment C, excel spreadsheet. Based on the calculations, Offerors should then provide the total fixed unit price for Labor for EACH event. For example, in Row 10, Offerors should include the total fixed labor cost for event management of EACH single Training, Workshop or Seminar (2 day event). In addition, Offerors must provide the total fixed price labor, for the estimated quantity of the specific event. For example, in Row 11, Offerors should include the total labor cost for provision of event management services for all 78 Training/Workshops or Seminars (2 days). Note that formulas are already entered in the excel spreadsheet for these calculations.This schedule will be used by DAI for determining reasonableness and realism of the fixed “loaded” labor rates and level of effort. In addition, the fixed unit labor prices provided by Offerors for event management of various events (e.g. conferences) in Attachment C will be compared across all proposals received. While Musharikat believes in cost savings, loaded labor rates and LOE should be realistic and feasible for the services to be provided.Once the IQC subcontract/s are awarded, Musharikat will issue a request for Task Order proposal (RFTOP) when new event management services are required. Task Orders will have individual scopes of work and budgets negotiated. IQC subcontract holder/s will use the (final) fixed unit labor prices for the specific event type when submitting task order proposals. Other Direct Costs will also be included in the proposed Task Order budget based on the specific event requirements in the RFTOP. Other Direct Costs include conference hall rental, travel and transportation, lodging, per diem, binders, stationery, audiovisual equipment rental, lunch and tea breaks/refreshments, mobile phone top-up cards and other costs as required for performance of the Task Order SOW. The exact number of participants and specific locations for each workshop, training, conference, meeting and other events is not available at this time. In addition, we are unable to determine the cities/provinces participants will travel from to attend events. Therefore DAI Musharikat is requesting only a labor budget at this time. [B] Budget Notes The Fixed Price Labor Schedule shall be accompanied by a narrative that the labor categories/positions and how the fixed labor rates and LOE are reasonable. The items included in the loaded rates (in addition to salary) must be defined and justified. Indirect rates, e.g. overhead, fringe, G&A must be explained and the rates’ basis of application included in the budget narrative.Final Offers and NegotiationsDAI/Musharikat may proceed directly to making a subcontract award once proposals are evaluated, or proceed to negotiations. If after the initial submission it is determined that two more Offerors are close to one another within the competitive range but there is no clear winner, DAI/Musharikat may proceed to a final round. Offerors in competitive range will then be given a short time period to modify or revise both technical and cost proposals. DAI/Musharikat may advise a bidder on what needs improvement, whether it is technical approach, staffing, or the budget. Musharikat can accept the terms of any submitted proposal, but final subcontract negotiations can take place directly after an award and before a subcontract is signed. If final negotiations fail or if the winning firm cannot meet any of their commitments (for example, proposed personnel are not available), DAI/Musharikat may award a subcontract to the second highest scoring proposal. DAI may award to an Offeror without discussions. Therefore the initial offer must contain the Offeror’s best price and technical terms. Basis of Award Best Value DeterminationDAI/Musharikat will review all proposals, and make an award based on the technical evaluation criteria stated above, as well as a cost reasonableness/realism assessment, and select the Offeror whose proposal provides the best value to DAI. The award will be issued to the responsible and reasonable offeror who provides the best value to DAI and its client using a combination of technical and cost/price factors. Best value will be determined using the “Trade-Off” Method.To determine which proposals are technically acceptable, proposals will be evaluated using the criteria specified in Section 3.1. The relative importance of each individual criterion is indicated by the number of points assigned, with a maximum total of 100 points. Offerors should note that these criteria serve to: (a) identify the significant factors which Offerors should address in their proposals, and (b) set the standard against which all proposals will be evaluated.The cost proposal will be evaluated according to reasonableness, accuracy, and completeness. Evaluation points will not be awarded for cost. DAI 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. DAI reserves the right to award multiple subcontracts as result of this RFP. Responsibility DeterminationDAI will not enter into any type of agreement with an Offeror prior to ensuring the Offeror’s responsibility. When assessing an Offeror’s responsibility, the following factors are taken into consideration: Does the Offeror possess adequate financial resources to finance and perform the work or the ability to obtain financial resources without receiving advance funds from DAI?Does the firm have the ability to comply with required or proposed delivery or performance schedules?Does the Offeror have a satisfactory past performance record?Does the Offeror have a satisfactory record of integrity and business ethics?Does the vendor possess the necessary organization, experience, accounting and operational controls and technical skills?Does the Offeror possess a current business license to operate in Afghanistan? Since the award will exceed $25,000 USD, does the Offeror possess a DUNS number, and if not, is the vendor willing to obtain one prior to award?The source, origin and nationality of the products or services are not from or transmit through a Prohibited Country such as Iran.The company or any of its key individual’s do not appear on any of the debarred or excluded parties lists in the following databases: SAM, OFAC, and UN.The Offeror receives a positive determination from the USAID Vetting Support Unit.To assist DAI/Musharikat in making a responsibility determination, the following documents must be included in the proposal:A copy of your firm’s current registration/license – preferably AISA.Your organization’s DUNs number. If you do not yet have a number, request Attachment D from DAI which includes instructions on how to obtain a DUNS.Inspection & AcceptanceThe designated DAI Project Manager for each Task Order will inspect from time to time the services being performed to determine whether the activities are being performed in a satisfactory manner, and that all equipment or supplies are of acceptable quality and standards. The subcontractor shall be responsible for any countermeasures or corrective action, within the scope of this RFP, which may be required by the DAI Chief of Party as a result of such inspection. Compliance with Terms and ConditionsGeneral Terms and ConditionsOfferors agree to comply with the general terms and conditions for an award resulting from this RFP. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment G. Government Withholding Tax for Afghan Based CompaniesPursuant to Article 72 of the Afghanistan Income Tax Law, DAI is required to withhold taxes from the gross amounts payable to all Afghan for-profit subcontractors/vendors. In accordance with this requirement, DAI will withhold two percent (2%) tax from the entity’s gross invoices if the entity is in possession of an active business license issued by any of the following entities -Afghanistan Investment Support Agency (AISA), the Ministry of Commerce and Industry (MoCI), Ministry of Information and Culture, Ministry of Education or Ministry of Public Health.If the entity provides services contrary to approved by-laws or it does not possess a business license issued by any of the aforementioned public entities, but possesses licenses issued by other local or national government entities or municipalities, DAI shall withhold seven percent (7%) "Contractor" taxes on the gross amount payable. In either case, this tax is withheld by DAI from the gross amount payable to the awarded entity and subsequently remitted to the Ministry of Finance. DAI will maintain records of all of such remittances. Before the signing of this Agreement, the contractor/vendor will provide a copy of the organization's legal registration document (AISA or Ministry Registration) and TIN (Tax Identification Number). Amounts deducted from the invoices will be forwarded to the Ministry of Finance (MOF) Tax Division credited to the firm's TIN. Records of payments to the MOF shall be maintained on file with DAI/Musharikat.Source and NationalityThe contractor may supply any goods or services manufactured in or shipped from the Geographic Code. 937 (Local Procurement is therefore approved, and the list of excluded countries may be viewed at ). DAI must verify the source and nationality of goods and services and ensure (to the fullest extent possible) that DAI does not procure any goods or services from prohibited countries listed by the Office of Foreign Assets Control (OFAC) as sanctioned countries. OFAC sanctioned countries may be searched within the System for Award Management (SAM) at . The current list of countries under comprehensive sanctions include: Cuba, Iran, North Korea, Sudan, and Syria. Goods may not transit through or be assembled in comprehensive sanctioned origin or nationality countries nor can the vendor be owned or controlled by a prohibited country. DAI is prohibited from facilitating any transaction by a third party if that transaction would be prohibited if performed by DAI. By submitting a proposal in response to this RFP, Offerors confirm that they are not violating the Source and Nationality requirements of the goods or services being offered and that the goods and services comply with the Geographic Code and the exclusions for prohibited countries outlined above.Data Universal Numbering System (DUNS)There is a mandatory requirement for your organization to provide a DUNS number to DAI. The Data Universal Numbering System is a system developed and regulated by Dun & Bradstreet (D&B) that assigns a unique numeric identifier, referred to as a "DUNS number" to a single business entity. Without a DUNS number, DAI cannot deem an Offeror “responsible” to conduct business with and therefore, DAI will not enter into a subcontract/purchase order or monetary agreement with any organization. The determination of a successful offeror/applicant resulting from this RFP/RFQ/RFA is contingent upon the winner providing a DUNS number to DAI. Offerors who fail to provide a DUNS number will not receive an award and DAI will select an alternate Offeror.All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $25,000 and above are required to obtain a DUNS number prior to signing of the agreement. For instructions regarding obtaining a DUNS number see Attachment anizations are exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. DAI requires that Offerors sign the self-certification statement if the Offeror claims exemption for this reason. For those claiming exemption, see Attachment E: Self Certification for Exemption from DUNS RequirementVetting ProcedureOn 5 December 2012, USAID/Afghanistan notified DAI that Recipients/Subcontractors receiving USAID funding must be vetted for any lower-tier contracts valued over $25,000. This notice is effective January 1, 2013. Any Offeror receiving an award from Musharikat must submit vetting documentation and receive an eligibility notice before Musharikat can issue a final subcontract or purchase order. The vetting is not done by Musharikat but by the Vetting Support Unit of USAID, and may take several weeks. DAI/Musharikat will assist awardees with the procedure once a winning proposal is selected.In addition to vetting, Musharikat may carry out reference checks and due diligence on any information provided by Offeror. Providing false information on personnel qualifications and experience or in past performance references will result in the Offeror being disqualified from future bidding.Conflict of Interest Declaration for the Musharikat SubcontractorThe following steps outline Musharikat’s selection process and should be understood by all Offerors to ensure the transparency of awards and avoid conflict of interest. Once the proposals are received, technical and cost proposals are separated. Technical proposals are scored by an evaluation committee which consists of technical professionals. Cost proposals are evaluated for reasonableness and realism.The best value proposal is selected based on a combination of the technical score and the cost.No activity can be started until vetting and other formalities are completed and both Musharikat and the awardee have signed a formal subcontract. No one from Musharikat can terminate the subcontract, stop, or delay payment without cause. For example, if gross misconduct is discovered in the implementation process, Musharikat has the right to suspend the subcontract in question until an official investigation of the facts is complete. At no time is it appropriate or legal for subcontractors or beneficiaries to offer any Musharikat staff member commissions, kickbacks, or gifts of any kind. If a Musharikat employee is found taking commissions, kickbacks, gifts or engaging in fraud of any kind their employment contract with Musharikat will be immediately terminated and their actions will be reported to USAID’s Office of the Inspector General (OIG). Musharikat’s policy against fraud exists throughout the life of the contract and beyond. Even if the contract is closed, if any party is found guilty of fraud Musharikat will make a full report to the OIG which may choose to investigate and to prosecute guilty parties to the fullest extent of the law. Neither payment nor preference shall be made by either the Offeror, or by any DAI staff, in an attempt to affect the results of the award. DAI treats all reports of possible fraud/abuse very seriously. Acts of fraud or corruption will not be tolerated, and DAI employees and/or subcontractors/grantees/vendors who engage in such activities will face serious consequences. Any such practice constitutes an unethical, illegal, and corrupt practice and such practice may result in the cancellation of the procurement and disqualification of the Offeror’s participation in this, and future, procurements. Violators will be reported to USAID, and as a result, may be reported to the U.S. Department of Justice to be included in a Restricted Parties list, preventing them from participating in future U.S. Government business. Offerors must provide full, accurate and complete information in response to this solicitation. The penalty for materially false responses is prescribed in Section 1001 of Title 18 of the United States Code.In addition, DAI takes the payment of USAID funds to pay Terrorists, or groups supporting Terrorists, or other parties in exchange for protection very seriously. Should the Terrorist, groups or other parties attempt to extort/demand payment from your organization you are asked to immediately report the incident to DAI’s Ethics and Compliance Anonymous Hotline at the contacts described in this clause. By submitting an offer, offerors certify that they have not/will not attempt to bribe or make any payments to DAI employees in return for preference, nor have any payments with Terrorists, or groups supporting Terrorists, been attempted.Either the Offeror or DAI staff may report unethical, illegal, and corrupt practice to the Toll-Free Ethics and Compliance Anonymous Hotline at +1 855-603-6987, via the DAI website, or via email to FPI_hotline@. DAI ensures anonymity and an unbiased, serious review and treatment of the information provided. The hotline numbers is only for reporting fraud, abuse, kickback, and conflict of interest. The person answering this phone does not have information about bids, and cannot give any instructions or answer any questions about ongoing procurements. Whistleblower Protections ActAll employees of Subcontractors, Grantees and Vendors who currently or have previously conducted work under Musharikat are protected from reprisal by US law for disclosure of certain information. The Whistleblower protections in 41 U.S.C. §4712 state than an "employee of a contractor, subcontractor, grantee [or sub grantee] may not be discharged, demoted, or otherwise discriminated against as a reprisal for "whistleblowing."Whistleblowing is defined as making a disclosure "that the employee reasonably believes" is evidence of any of the following:? Gross mismanagement of a Federal contract or grant;? A gross waste of Federal funds;? An abuse of authority relating to a Federal contract or grant;? A substantial and specific danger to public health or safety: or,? A violation of law, rule, or regulation related to a Federal contract or grant (including the competition for, or negotiation of, a contract or grant).Whistleblower protections cannot be waived by any agreement, policy, form or condition of employment. To meet the standards of this law, the employee's disclosure must be made to:? A Member of the US Congress, or a representative of a US Congressional Committee;? An Inspector General;? The US Government Accountability Office;? A US Government employee responsible for contract or grant oversight or management at the relevant agency;? A US court or grand jury; or,? A management official or other employee of DAI, the subcontractor, grantee, or sub grantee who has the responsibility to investigate, discover or address misconduct.In summary, the Act says that a person who believes that the he or she has been subjected to a reprisal prohibited by this Act may submit a complaint to the Inspector General but not more than three years after the date on which the alleged reprisal took place. The Inspector General will make a determination or issue a report on findings to USAID. USAID will determine from this determination or report whether there is sufficient basis to conclude that the contractor or grantee concerned has subjected the complainant to a reprisal prohibited by the Act and shall either issue an order denying relief or shall take one or more of the following actions:(A) Order the contractor or grantee to take affirmative action to abate (lessen) the reprisal.(B) Order the contractor or grantee to reinstate the person to the position that the person held before the reprisal, together with compensatory damages (including back pay), employment benefits, and other terms and conditions of employment that would apply to the person in that position if the reprisal had not been taken.(C) Order the contractor or grantee to pay the complainant an amount equal to the aggregate amount of all costs and expenses (including attorneys’ fees and expert witnesses’ fees) that were reasonably incurred by the complainant for, or in connection with, bringing the complaint regarding the reprisal.More information on the Act can be found at: AttachmentsAttachment A: Scope of Work, IQC SubcontractPromote MusharikatEvent Management ServicesBACKGROUND AND JUSTIFICATIONBackgroundDAI is implementing the USAID-funded program Promote Musharikat across the five major population centers (Kabul, Mazar, Herat, Jalalabad and Kandahar), extending to all 34 provinces in Afghanistan. The project’s goal is to increase women’s equality and empowerment in Afghanistan and advance opportunities for women by strengthening a critical mass of Afghan women civil society leaders. This goal will be achieved through: 1. Building constituencies among national, provincial and local activists and CSOs focused on promoting women’s equality and empowerment; 2. Strengthening more effective advocacy for women’s equality and empowerment; 3. Increasing awareness of, and support for, women’s rights in all 34 provinces in Afghanistan; and 4. Increasing the effectiveness of civil society and GIRoA in the development and implementation of gender policies. DAI/Promote Musharikat will contract services for event management services for workshops, training, and conferences.Justification and ObjectivesThis subcontract will provide event management services for the current three (3) Promote Musharikat coalitions during implementation of their regional advocacy campaigns. Therefore, the subcontract will support the following objective, sub-objective and activity of the Promote Musharikat prime contract:Objective 3: Increase awareness and support for women’s rights in all 34 provinces of Afghanistan.Sub-objective 3.1: Coalitions’ Campaign Plans Designed and ImplementedActivity 3.1.2: Support Issue Based Coalitions to design and implement awareness ABC (Attitude and Behavior Change) strategies and campaignsNow that the first three Musharikat Coalitions are formed, the project will work with each Coalition to design and deliver culturally effective, integrated, and far-reaching public awareness, outreach and advocacy campaigns that raise awareness of women’s rights, challenge social norms that are harmful to women, encourage more positive attitudes and behavior toward women, and strengthen women’s capacity to fully participate in Afghan society. These campaigns will be tailored to Coalition objectives and may include:Promoting awareness of existing laws, rules, and rights that offer women formal protections, and the importance of upholding them;Highlighting key pieces of legislation under consideration and their potential impact on women’s lives within the Afghan community, encouraging citizens to lobby lawmakers to support gender equality;Stressing the benefits of empowered women to families, communities, and countries; and,Educating women in culturally effective ways to increase their participation in the advancement of women’s equality and empowerment.STATEMENT OF WORK The current three (3) Promote Musharikat coalitions: Access to Economic Opportunity, Access to Education, and Violence against Women will implement regional advocacy campaign plans for one year beginning in July 2017. Musharikat acts as a provider of technical assistance and resources to support implementation of advocacy campaigns for women’s rights platforms decided and implemented by Afghan women leaders and tailored to the Afghan context. The Offeror shall provide event management services in support of the 3 coalitions’ advocacy plans. Specifically, the Offeror will plan and manage all logistics for the following types of coalition events: a.Educational Workshops, Seminars and Trainingsb.Consultative Workshops with Government Officialsc.munity outreach contests (Wall Art/graffiti, essay contest, etc.)munity Stakeholder Meetings The events will be held in the five primary urban centers throughout Afghanistan - Kabul, Mazar, Jalalabad, Herat, and Kandahar as well as in the capital cities of the other 29 provinces.The Subcontractor shall be responsible for the following logistical activities for each event:Organize and lead planning meetings. Finalize agenda with input from coalition & Musharikat. Obtain draft curriculum and workshop/training materials from Musharikat. Subcontractor may be required to make minor edits to the training materials for clarity and better organization in accordance with feedback received from coalition and DAI/Musharikat. Training materials must be developed in English as well as the local language corresponding to that province/region.Printing of workshop/training materials and preparation of workshop/training binders based on number of participantsProcurement of stationery required including pens, notebooks, and flipchart paperVenue identification, rental and meeting hall set-up/design in coordination with coalition and Musharikat. All venues, setup, and other venue specifications must be approved in advance by Musharikat.Whenever possible, a school, community center or other municipality facility which provides free use for workshops/training will be identified. When there is a fee for use of conference/workshop hall, Subcontractor will contract with and pay venue/hotel following negotiation of a reasonable cost within current market value.Coordinate all electrical, internet, AV requirements, and parking for vehicles in close coordination with coalition and DAI/Musharikat. This includes set up of projector, flip charts and stands, sound system and any other required equipment. If not available at venue, rent chairs, tables, etc. and arrange for transfer to event Hang banners and posters at workshop/training/conference venueManage registration including name tags/badging and obtaining signatures of all participants, inclusive of coalition members and DAI Musharikat employees. Distribute workshop materials. Coordinate and pay for all catering services including tea breaks and lunches. Note: Lunch is provided only for full days of workshop/training or conferences with VIPs/government officials attending.Manage Invitations Finalize participant list in close coordination with coalition and DAI/Musharikat. Develop and send email invite to participantsTrack RSVPs and follow up with invitees to obtain final participant countSend Agenda and summary of other relevant event details to participants (e.g. hotel information, travel and per diem payment procedures, etc.) Work with Musharikat to Identify qualified trainers or facilitators, when required. If trainer is not a Musharikat employee or coalition member, make payment to trainer. Obtain key speaker/government official’s brief biography and include in agenda when appropriate.Notify guest speakers, trainers, facilitators and participants of DAI Musharikat travel/per diem policies. Pay authorized travel and communication expenses -top up cards- for guest speakers, trainers and coalition members assisting with event (when authorized by Musharikat).Arrange and pay for lodging and travel allowances to participants for 2 day trainings/workshops when traveling outside their home city and authorized by Musharikat. Marketing of conference or other event, when requested by MusharikatSubmit originally signed registration sheets to Musharikat regional team. Provide copy with Subcontractor’s invoice. Subcontractor will conduct internal monitoring and submit verification documents- photos, etc. and M&E report to Musharikat.Submit event report to Musharikat ESTIMATED QUANTITIES FOR THE IQC SUBCONTRACTThe exact quantity of activities (workshops/seminars, trainings, etc.) for which event management services are required under this subcontract may not be determined in advance. Consequently, an Indefinite Quantity Contract (IQC) subcontract will be issued in response to this RFP. Musharikat will request a task order proposal (RFTOP) when new event management support is required. Task Orders will have individual scopes of work and budgets negotiated. To allow Offerors to develop technical and cost proposals, the estimated quantities, types of activities, and locations for which event management services will be provided are listed below:Estimated Number of Coalition Events, by Activity Type and LocationDELIVERABLESThe specific deliverables required will be determined for each Task Order issued under the subcontract. PERIOD OF PERFORMANCEThe period of performance of the IQC subcontract resulting from this RFP shall be one year (12 months) from date of award.TECHNICAL DIRECTIONThe Chief of Party or her designee will be responsible for technical direction of this work. The Deputy Chief of Party, Programs and Regional Directors in each field office, a list of whom will be provided to the Subcontractor, will also be able to provide technical guidance. Attachment B: Proposal Cover Letter[On Firm’s Letterhead]<Insert date> TO: Click here to enter text.Development Alternatives, Inc. We, the undersigned, provide the attached proposal in accordance with RFP-Musharikat-KBL-17-001 issued on 4 July 2017. Our attached proposal is for the total price of <Sum in Words ($0.00 Sum in Figures) >. I certify a validity period of ninety (90) calendar days for the prices provided in the attached Price Schedule/Bill of Quantities. Our proposal shall be binding upon us subject to the modifications resulting from any discussions. Offeror shall verify here the items specified in this RFP document. We understand that DAI is not bound to accept any proposal it receives. Yours sincerely, Authorized Signature: Name and Title of Signatory: Click here to enter text.Name of Firm: Click here to enter text.Address: Click here to enter text.Telephone: Click here to enter text.Email: Click here to enter pany Seal/Stamp:Attachment C: Fixed Price Labor Schedule(See Excel sheet attached)Attachment D: Instructions for Obtaining a DUNS Number - DAI’S Vendors, Subcontractors center0Note: There is a Mandatory Requirement for your Organization to Provide a DUNS number to DAISUBCONTRACTS/PURCHASE ORDERS: All domestic and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $25,000 and above are required to obtain a DUNS number prior to signing of the agreement. Your organization is exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. Please see the self-certification form attached.NO SUBCONTRACTS/POs ($25,000 + above) or MONETARY GRANTS WILL BE SIGNED BY DAI WITHOUT PRIOR RECEIPT OF A DUNS NUMBER.00Note: There is a Mandatory Requirement for your Organization to Provide a DUNS number to DAISUBCONTRACTS/PURCHASE ORDERS: All domestic and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $25,000 and above are required to obtain a DUNS number prior to signing of the agreement. Your organization is exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. Please see the self-certification form attached.NO SUBCONTRACTS/POs ($25,000 + above) or MONETARY GRANTS WILL BE SIGNED BY DAI WITHOUT PRIOR RECEIPT OF A DUNS NUMBER.Note: The determination of a successful offeror/applicant resulting from this RFP/RFQ/RFA is contingent upon the winner providing a DUNS number to DAI. Organizations who fail to provide a DUNS number will not receive an award and DAI will select an alternate vendor/subcontractor/grantee.--------------------------------------------------------------------------------------------------------------------------Background:Summary of Current U.S. Government Requirements- DUNS and Reporting in FSRS DatabaseThe Data Universal Numbering System (DUNS) is a system developed and managed by Dun and Bradstreet that assigns a unique nine-digit identifier to a business entity. It is a common standard world-wide and users include the U.S. Government, European Commission and the United Nations. The DUNS number will be used to better identify related organizations that are receiving U.S. federal funding, and to provide consistent name and address data for electronic application systems. The U.S. Government requires that all applicants for first-tier monetary grants (i) and all first-tier subcontracts/purchase orders of $25,000 or above have a DUNS number prior to DAI issuing an award to that entity. REQUIREMENT FOR DAI TO REPORT DATA IN THE FSRS DATABASE: In addition, in accordance with the Federal Funding Accountability and Transparency Act of 2008; FAR 52.204-10,?“Reporting Executive Compensation and First-Tier Subcontract Awards” (Revised July?2010); and Subpart?4.14—“Reporting Executive Compensation and First-Tier Subcontract Awards,” effective March 1, 2011, DAI is required to report any newly awarded first-tier subcontracts $25,000 or above in the FSRS (Functional Security Requirements Specifications) database at . In accordance with AAPD 11-01 amended, all foreign entities receiving first-tier monetary grants (standard, simplified and FOGs) with a value equal to or over $25,000 and performing work outside the U.S. must obtain a DUNS number prior to signing of the grant. All U.S. organizations who are recipients of first-tier monetary grants of any value are required to obtain a DUNS number; the exemption for under $25,000 applies to foreign organizations only. In accordance with the AAPD as well as 2 CFR Parts 25 and 170, DAI is required to report on grantees in the FSRS database. The reported information for subcontracts and grants will be available for the public to view at detailing the process to be followed in order to obtain a DUNs number for your organization begin on the next page.THE PROCESS FOR OBTAINING A DUNS NUMBER IS OUTLINED BELOW:Log on to the D&B (Dun & Bradstreet) DUNS registration website to begin the process of obtaining a DUNS number free of charge. Please note there is a bar on the left for Frequently Asked Questions as well as emails and telephone numbers for persons at Dun & Bradstreet for you to contact if you have any questions or difficulties completing the application on-line. DAI is not authorized to complete the application on your organization’s behalf; the required data must be entered by an authorized official of your organization.Select the Country where your company is physically located. You will first be asked to search the existing DUNS database to see whether a DUNS number already exists for your organization/entity. Subcontractors/grantees who already have a DUNS number may verify/update their DUNS records.Potential DAI subcontractors/vendors/grantees who do not already have a DUNS number will be shown the screen below. To request a new DUNS Number, the “Request a New D-U-N-S Number” button needs to be selected. Enter the information regarding your organization listed on the next three screens. (See screen shots below.) Make sure you have the following information available (in English) prior to beginning the process of entering this section in order to ensure successful registration.Legal Business Name (commas are allowed, periods are not allowed)AddressPhoneName of Owner/ExecutiveTotal Number of EmployeesAnnual Sales or Revenue (US Dollar equivalent)Description of OperationsNote that some fields are Optional, however all other fields must be completed to proceed further with the application process. For example, all applicants must complete the Organization Information sections. The Company Name and Physical Address fields are self-populated based on information previously entered during the initial DUNS search. The question marks to the left of the field provide additional information when you click on them.You must select the legal structure of your organization from the pull down menu. To assist you in selecting the appropriate structure that best represents your organization, a brief description of the various types follows:Corporation – A firm that meets certain legal requirements to be chartered by the state/province in which it is headquartered by the filing of articles of incorporation. A corporation is considered by law to be an entity separate and distinct from its owners. It can be taxed; it can be sued; it can enter into contractual ernment - central, province/state, district, municipal and other U.S. or local government entities. Includes universities, schools and vocational centers owned and operated by the government.Limited Liability Company (LLC) - This is a type of business ownership combining several features of corporation and partnership structures. It is designed to provide the limited liability features of a corporation and the tax efficiencies and operational flexibility of a partnership. Its owners have limited personal liability for the LLC’s debts and obligations, similar to the status of shareholders in a corporation. If your firm is an LLC, this will be noted on the organizations registration and licensing documents.Non-profit - An entity which exists for charitable reasons and is not conducted or maintained for the purpose of making a profit. Any money earned must be retained by the organization, and used for its own expenses, operations, and programs. Most organizations which are registered in the host country as a non-governmental organization (NGO) rather than as a commercial business are anon-profit munity based organizations, trade associations, community development councils, and similar entities which are not organized as a profit making organization should select this status, even if your organization is not registered formally in country as an NGO.Partnership- a legal form of operation in which two or more individuals carry on a continuing business for profit as co-owners. The profits and losses are shared proportionally.Proprietorship-These firms are owned by one person, usually the individual who has day-to-day responsibility for running the business. Sole proprietors own all the assets of the business and the profits generated by it.One of the most important fields that must be filled in is the Primary SIC code field. (See screen shot below.) The Primary Standard Industrial Code classifies the business’ most relevant industry and function.If you are unsure of which SIC Code your organization’s core business falls under, please refer to the following website: will need to enter certain keywords to bring up the potential SIC Codes. In the case above, “Research” was entered as the keyword, and resulted in the following:PLEASE NOTE: Many of the DAI subcontractors and grantees fall under one of the following SIC codes:8742 Management Consulting Services1542 General Contractors-Nonresidential Buildings, Other than Industrial Buildings and Warehouses or one of the codes within:Industry Group 357: Computer And Office EquipmentIndustry Group 355: Special Industry Machinery, Except MetalworkingIndustry Group 356: General Industrial Machinery And Equipment Industry Group 359: Miscellaneous Industrial And CommercialDescription of Operations- Enter a brief description of the primary services you provide the example below, “agricultural technical assistance” was chosen as the primary function of the business.The Annual Sales or Revenue figure should be provided in USD (US Dollar) equivalent.Once all of the fields have been completed, click on “Submit Your Request” to be taken to the Verification page.Note: Representative (Principal, Owner or Officer) needs to verify and provide affirmation regarding the accuracy of the data under criminal or civil penalties as per Title 18, Section 1001 of the US Criminal Code.Once “Yes, Continue” button is clicked, the registration application is sent to D&B, and a DUNS number should be available within 24-48 hours. DUNS database can be checked in 24-48 hours by entering the Business Information in the Search window – which should now display a valid result with the new DUNS number for the entity. Attachment E: Self Certification for Exemption from DUNS RequirementSelf-Certification for Exemption from DUNS Requirement for Subcontractors and VendorsLegal Business Name:Physical Address:Physical City:Physical Foreign Province (if applicable):Physical Country:Signature of CertifierFull Name of Certifier (Last Name, First/Middle Names):Title of Certifier:Date of Certification (mm/dd/yyyy):The sub-contractor/vendor whose legal business name is provided herein, certifies that we are an organization exempt from obtaining a DUNS number, as the gross income received from all sources in the previous tax year is under USD $300,000.*By submitting this certification, the certifier attests to the accuracy of the representations and certifications contained herein. The certifier understands that s/he and/or the sub-contractor/vendor may be subject to penalties, if s/he misrepresents the sub-contractor/vendor in any of the representations or certifications to the Prime Contractor and/or the US Government.The sub-contractor/vendor agrees to allow the Prime Contractor and/or the US Government to verify the company name, physical address, or other information provided herein. Certification validity is for one year from the date of certification.Attachment F: Past Performance FormInclude projects that best illustrate your work experience relevant to this RFP, sorted by decreasing order of completion date. Projects should have been undertaken in the past five (5) years. Projects undertaken prior to the last five years may be taken into consideration at the discretion of the evaluation committee.#Project Title Description of ActivitiesLocationProvince/DistrictClient Name/Tel No Cost in US$Start-EndDatesCompleted on schedule (Yes/No)Completion Letter Received?(Yes/No)Type of Agreement, Subcontract, Grant, PO (fixed price, cost reimbursable)12345Attachment G: Representations and Certifications of Compliance Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or determined ineligible for an award of a contract by any Federal agency.Executive Compensation Certification- FAR 52.204-10 requires DAI, as prime contractor of U.S. federal government contracts, to report compensation levels of the five most highly compensated subcontractor executives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS) Executive Order on Terrorism Financing- The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with these Executive Orders and laws. Recipients may not engage with, or provide resources or support to, individuals and organizations associated with terrorism. No support or resources may be provided to individuals or entities that appear on the Specially Designated Nationals and Blocked persons List maintained by the US Treasury (online at ) or the United Nations Security Designation List (online at: ). This provision must be included in all subcontracts/sub awards issued under this Contract.Trafficking of Persons – The Contractor may not traffic in persons (as defined in the Protocol to Prevent, Suppress, and Punish Trafficking of persons, especially Women and Children, supplementing the UN Convention against Transnational Organized Crime), procure commercial sex, and use forced labor during the period of this award.Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions – The Bidder certifies that it currently is and will remain in compliance with FAR 52.203-11, Certification and Disclosure Regarding Payment to Influence Certain Federal anizational Conflict of Interest – The Bidder certifies that will comply FAR Part 9.5, Organizational Conflict of Interest. The Bidder certifies that is not aware of any information bearing on the existence of any potential organizational conflict of interest. The Bidder further certifies that if the Bidder becomes aware of information bearing on whether a potential conflict may exist, that Bidder shall immediately provide DAII with a disclosure statement describing this information.Prohibition of Segregated Facilities - The Bidder certifies that it is compliant with FAR 52.222-21, Prohibition of Segregated Facilities.Equal Opportunity – The Bidder certifies that it does not discriminate against any employee or applicant for employment because of age, sex, religion, handicap, race, creed, color or national origin.Labor Laws – The Bidder certifies that it is in compliance with all labor laws.Federal Acquisition Regulation (FAR) – The Bidder certifies that it is familiar with the Federal Acquisition Regulation (FAR) and is in not in violation of any certifications required in the applicable clauses of the FAR, including but not limited to certifications regarding lobbying, kickbacks, equal employment opportunity, affirmation action, and payments to influence Federal transactions.Employee Compliance – The Bidder warrants that it will require all employees, entities and individuals providing services in connection with the performance of a DAI Purchase Order to comply with the provisions of the resulting Purchase Order and with all Federal, State, and local laws and regulations in connection with the work associated therein.By submitting a proposal, offerors agree to fully comply with the terms and conditions above and all applicable U.S. federal government clauses included herein, and will be asked to sign these Representations and Certifications upon award. Attachment H: Proposal ChecklistOfferor: __________________________________________________________________________Have you? FORMCHECKBOX Submitted your electronic proposal to DAI to Musharikat_ProcurementINBOX@ ?Does your proposal include the following? FORMCHECKBOX Signed Cover Letter (use template in Attachment B) FORMCHECKBOX Separate Technical and Cost proposals - submitted in 2 separate electronic files labeled VOLUME I: TECHNICAL PROPOSAL and VOLUME II: COST PROPOSAL? FORMCHECKBOX Completed Past Performance Chart (Attachment F) and Budget Notes? FORMCHECKBOX Copies of the cover page of three (3) previous awards with similar scope? FORMCHECKBOX Three (3) past performance references letters for similar activities? FORMCHECKBOX DUNS Number included in the cover letter OR Self Certification for Exemption from DUNS Requirement FORMCHECKBOX Work Plan/Time Line? FORMCHECKBOX Staffing Plan which outlines proposed staff for implementation of the along with brief SOW for each key position? FORMCHECKBOX CVs for proposed personnel (key positions)? FORMCHECKBOX Description of the Offeror’s corporate capabilities which outlines capacity and experience to manage the events? FORMCHECKBOX Completed Attachment C: Fixed Price Labor Schedule? FORMCHECKBOX Copy of current AISA license (preferred) or ministry registration? ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download