Request for Proposals (RFP) - Bangladesh Smiling Sun Assessment (Data Collection /Analysis)

  • Posted on 11 May 2017

Job Description

Dexis Consulting Group (hereinafter referred to as “Dexis”), under the Global Health Program Cycle Improvement Project, USAID Contract No. AID-OAA-C-14-0006, is issuing a Request for Proposals (RFP) for data collection and analysis services under GH Pro assignment 412.

The RFP - attached to this annoucement and copied below- contains all the necessary information for interested Bangladesh, U.S. or international offerors.

The Global Health Program Cycle Improvement Project (GH Pro) is a five-year project that provides the Bureau for Global Health (GH), Regional Bureaus, and Missions with ready access to high quality, external technical expertise to design, support, and evaluate programs contributing to the achievement of U.S. Government (USG) Global Health Initiative (GHI) targets. GH Pro is comprised of five components: (1) program and project evaluation; (2) technical assistance; (3) GH program and research management; (4) mission support; and (5) logistical support for meetings/conferences. This activity spans all Foreign Assistance Health Area objectives as well as cross-cutting health issues such as gender, health systems strengthening, and science and technology.

Dexis realizes that Offerors may have additional questions after reading this RFP. Interested Offerors can submit their questions to Ms. Lindsay Harnish according to the instructions in 1.8 of the RFP. If necessary, Dexis will provide answers to all relevant questions received in an amendment that will be emailed directly to all interested Offerors who make themselves known to Ms. Lindsay Harnish.

This RFP does not obligate Dexis to execute a subcontract nor does it commit Dexis to pay any costs incurred in the preparation and submission of the proposals. Furthermore, Dexis reserves the right to reject any and all offers, if such action is considered to be in the best interest of Dexis.

Request for Proposals

RFP # 3001-412-001

For the provision of

Data Collection and Analysis for Smiling Suns Assessment

Contracting Entity:

Dexis Consulting Group 1412 Eye St. NW

Washington, DC 20005

Funded by:

United States Agency for International Development (USAID)

Funded under:

Global Health Program Cycle Improvement

Prime Contract Number AID-OAA-C-14-00067


RFP Table of Contents

Section1: Instructions to Offerors

1.1 Introduction

1.2 Offer Deadline

1.3 Submission of Offers

1.4 Requirements

1.5 Source of Funding and Geographic Code

1.6 Chronological List of Proposal Events

1.7 Validity Period

1.8 Evaluation and Basis for Award

1.9 Negotiations

1.10 Terms of Subcontract

1.11 Protest

Section 2: Background, Scope of Work, Deliverables, and Deliverables Schedule

2.1. Background

2.2. Scope of Work

2.3. Deliverables

2.4. Deliverables Schedule

Annex 1 Sample Proposal Cover Letter

Annex 2 Guide to Creating Financial Proposal and Sample Budget

Annex 3 Required Certifications


Section 1. Instructions to Offerors

1.1. Introduction

The Global Health Program Cycle Improvement Project (GH Pro) is a five-year project that provides the Bureau for Global Health (GH), Regional Bureaus, and Missions with ready access to high quality, external technical expertise to design, support, and evaluate programs contributing to the achievement of U.S. Government (USG) Global Health Initiative (GHI) targets. GH Pro is comprised of five components: (1) program and project evaluation; (2) technical assistance; (3) GH program and research management; (4) mission support; and (5) logistical support for meetings/conferences. This activity spans all Foreign Assistance Health Area objectives as well as cross-cutting health issues such as gender, health systems strengthening, and science and technology.

Dexis will issue an award to one company or organization. The award will be in the form of a firm fixed price subcontract (hereinafter referred to as “the subcontract”). Offerors are invited to submit proposals in response to this RFP in accordance with Section 1 Instructions to Offerors, which will not be part of the subcontract. The instructions are intended to assist interested Offerors in the preparation of their offer.

This RFP does not obligate Dexis to execute a subcontract nor does it commit Dexis to pay any costs incurred in the preparation and submission of the proposals. Furthermore, Dexis reserves the right to reject any and all offers, if such action is considered to be in the best interest of Dexis.

Unless otherwise stated, the periods named in the RFP shall be consecutive calendar days.

1.2. Offer Deadline

Offerors shall submit their offers electronically only.

Emailed offers must be received no later than 11:59 pm Eastern Standard Time on June 29, 2017 at the following address:

Ms. Lindsay Harnish

Senior Program Manager, Smiling Suns Assessment

lharnish@ghpro.com

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 Dexis. Dexis cannot guarantee that late offers will be considered.

1.3. Submission of Offers

Proposals must be submitted electronically only.


  1. 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 1.2. The proposals must be submitted to the point of contact designated in 1.2.

The Offeror must submit the proposal electronically with up to 10 attachments (10 MB limit) per email compatible with MS Word, MS Excel, readable format, or Adobe Portable Document (PDF) format in a Microsoft XP environment. Offerors must not submit zipped files. Those pages requiring original manual signatures should be scanned and sent in PDF format as an email attachment.

The technical proposal and cost proposal must be kept separate from each other. Technical proposals must not make reference to pricing data in order that the technical evaluation may be made strictly on the basis of technical merit.

1.4. Requirements

To be determined responsive, an offer must include all of documents and sections included in 1.4.A and 1.4.B.

  1. General Requirements

Dexis anticipates issuing a subcontract to a U.S. or international company or organization, provided it is legally registered and recognized under the laws of the U.S. or the country where it is headquartered and is in compliance with all applicable civil, fiscal, and other applicable regulations. Such a company or organization could include a private firm, non-profit, civil society organization, or university. Due to the anticipated value of this subcontract, the Offeror must possess a DUNS number at the time of submitting a proposal or provide proof that their DUNS number application is pending. In addition to the DUNS number, the Offeror must be registered in www.sam.gov, or provide proof that their profile is pending.

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 the U.S. or the country where it is headquartered upon award of the subcontract.

(ii) Firms operated as commercial companies or other organizations or enterprises (including nonprofit organizations) in which foreign governments or their agents or agencies have a controlling interest are not eligible as suppliers of commodities and services.

  1. Required Proposal Documents
  1. Cover Letter

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

  1. Name of the company or organization
  2. Type of company or organization

iii. Address

  1. Telephone
  2. Fax
  3. E-mail

vii. Full names of members of the Board of Directors and Legal Representative (as appropriate)

viii. Taxpayer Identification Number

  1. DUNS Number
  2. Official bank account information
  3. Other required documents that shall be included as attachments to the cover letter:
  1. a) Copy of registration or incorporation in the public registry, or equivalent document from the government office where the offeror is registered.
  1. b) Copy of company tax registration, or equivalent document.
  1. c) Copy of trade license, or equivalent document.
  1. d) 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”.
  1. e) Applicable documents listed in 1.4.A.

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

  1. Technical Proposal

The technical proposal shall comprise the following parts:

 Part 1: Technical Approach, Methodology and Detailed Work Plan. This part shall be between 5 and 15 pages long.

 Part 2: Management, Key Personnel, and Staffing Plan. This part shall be between 2 and 5 pages long, but may not exceed 5 pages. CVs for key personnel may be included in an annex to the technical proposal and will not count against the page limit.

 Part 3: Corporate Capabilities, Experience, and Past Performance. This part shall be between 2 and 3 pages long, but may not exceed 3 pages.

Part 3 must include 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 the technical approach/methodology and the detailed work plan.

Additionally, offerors must include three past performance references of similar work (under contracts or subcontracts) previously implemented as well as contact information for the companies for which such work was completed. Contact information must include at a minimum: name of point of contact who can speak to the offeror’s performance, name and address of the company for which the work was performed, and email and phone number of the point of contact.

Dexis reserves the right to check additional references not provided by an offeror.

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, describes the deliverables, and provides a deliverables schedule.

  1. Cost Proposal

The cost proposal is used to determine which proposals represent the best value and serves as a basis of negotiation before award of a subcontract.

The price of the subcontract to be awarded will be an all-inclusive fixed price. No profit, fees, taxes, or additional costs can be added after award. Nevertheless, for the purpose of the proposal, offerors must provide a detailed budget showing major line items, e.g. salaries, allowances, travel costs, other direct costs, indirect rates, etc., as well as individual line items, e.g. salaries or rates for individuals, different types of allowances, rent, utilities, insurance, etc. Offers must show unit prices, quantities, and total price. All items, services, etc. must be clearly labeled and included in the total offered price. All cost information must be expressed in U.S. Dollars. See Annex 2 for a sample cost structure.

The cost proposal shall also include a budget narrative that explains the basis for the estimate of every cost element or line item. Supporting information must be provided in sufficient detail to allow for a complete analysis of each cost element or line item. Dexis reserves the right to request additional cost information if the evaluation committee has concerns of the reasonableness, realism, or completeness of an offeror’s proposed cost.

If it is an offeror’s regular practice to budget indirect rates, e.g. overhead, fringe, G&A, administrative, or other rate, Offerors must explain the rates and the rates’ base of application in the budget narrative. Dexis reserves the right to request additional information to substantiate an Offeror’s indirect rates.

Under no circumstances may cost information be included in the technical proposal. No cost information or any prices, whether for deliverables or line items, may be included in the technical proposal. Cost information must only be shown in the cost proposal.

The currency of this subcontract will be USD and cost proposals shall be submitted in USD.

1.5. Source of Funding, Authorized Geographic Code, and Source and Origin

Any subcontract resulting from this RFP will be financed by USAID funding and will be subject to U.S. Government and USAID regulations. The authorized USAID geographic code for this RFP and any resulting subcontract is Code 937.

1.6. Chronological List of Proposal Events

The following calendar summarizes important dates in the solicitation process. Offerors must strictly follow these deadlines.

RFP published

June 20, 2017

Deadline for written questions

June 25, 2017

Answers provided to questions/clarifications

June 26, 2017

Proposal Due Date

June 29, 2017

Subcontract Award (Estimated)

July 3, 2017

The dates above may be modified at the sole discretion of Dexis. Any changes will be published in an amendment to this RFP.

Written Questions and Clarifications. All questions or clarifications regarding this RFP must be in writing and submitted to Ms. Lindsay Harnish, Senior Program Manager, via email to lharnish@ghpro.com no later than 11:59 pm EST on June 25, 2017 (subject line should include “Questions 412 Smiling Sun”). 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 GH Pro 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 the GH Pro Project, or any other party, will not be considered official responses regarding this RFP.

Proposal Submission Date. All proposals must be received by11:59 pm EST on June 29, 2017. Late offers will be considered at the discretion of Dexis.

Subcontract Award (estimated). Dexis will select the proposal that offers the lowest price technically acceptable proposal based upon the evaluation criteria stated in this RFP.

1.7. Validity Period

Offerors’ proposals must remain valid for 60 calendar days after the proposal deadline.

1.8. 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 Dexis.

This RFP will use the lowest price technically acceptable process to determine best value. That means that each proposal will be evaluated to determine whether it meets the required evaluation criteria and evaluation sub-criteria, which are stated in the table below. Among the proposals determined to meet or exceed every criteria and sub-criteria, award will be made to the offeror who offers the lowest cost.

Evaluation Criteria

Evaluation Sub-criteria

Maximum Score

Technical Approach, Methodology and Detailed Work Plan

45

Technical know-how – Does the proposal clearly explain, understand, and respond to the objectives of the project?

15

Approach and Methodology – Does the proposed program approach and detailed activities and timeline fulfill the requirements of executing the deliverables effectively and efficiently?

15

Sector Knowledge – Does the proposal demonstrate the offeror’s knowledge related to survey administration?

15

Management, Key Personnel, and Staffing Plan

30

Personnel Qualifications – Do the proposed team members have necessary experience and capabilities to carry out the Scope of Work?

30

Corporate Capabilities, Experience, and Past Performance

25

Company’s Technical Background and Experience – Does the company have experience relevant to the project Scope of Work?

20

Company’s Regional Background and Experience – Does the company have experience in country?

5

1.9. Negotiations

Best offer proposals are requested. It is anticipated that a subcontract will be awarded solely on the basis of the original offers received. However, Dexis reserves the right to conduct discussions, negotiations and/or request clarifications prior to awarding a subcontract. Furthermore, Dexis reserves the right to conduct a competitive range and to limit the number of offerors in the competitive range to permit an efficient evaluation environment among the most highly-rated proposals. Highest-rated offerors, as determined by the technical evaluation committee, may be asked to submit their best prices or technical responses during a competitive range. At the sole discretion of Dexis, offerors may be requested to conduct oral presentations. If deemed an opportunity, Dexis reserves the right to make separate awards per component or to make no award at all.

1.10. Terms of Subcontract

This is a request for proposals only and in no way obligates Dexis to award a subcontract. In the event of subcontract negotiations, any resulting subcontract will be subject to negotiation.


Section 2: Background, Deliverables, and Deliverables Schedule

2.1. Background

Purpose: USAID has requested GH Pro to conduce facility assessments of 399 clinics in the Smiling Sun network. The assessment will determine each facility’s readiness for service delivery. The assessment will examine staffing, infrastructure, quality, and the scope of service delivery. The assessment will also include a qualitative assessment, to be completed after the quantitative component. GH Pro will develop the methodology and data collection tools, and is seeking a sub-contractor to manage data collection, data management, and analysis. Background of project/program/intervention: Country Context[1]

Bangladesh has shown remarkable achievements in reducing child and maternal mortality in the last two decades. In 2011, Bangladesh had surpassed the MDG 4 target (reducing the under-five mortality rate by two-thirds) and is on track to achieve MDG 5 (reduce the maternal mortality ratio by three quarters). Progress on key indicators is listed in the table below.

Table 1: Progress on Key Indicators in Bangladesh

Indicator

2007

2011

2014

Neonatal mortality rate (per 1000 live births)

37

32

28

Infant mortality rate (per 1000 live births)

52

43

38

Under-five mortality rate (per 1000 live births)

65

53

46

Total fertility rate (TFR)

2.7

2.3

2.3

Contraceptive prevalence rate (CPR)

56

61

62

Low height for age (stunted)

43

31

36

Low weight for height (wasted)

17

16

14

Percent of children < 6 mos exclusively breastfed

43

64

55

Bangladesh greatly reduced the maternal mortality ratio, from 322 per 100,000 live births in 2001 to 194 in 2010[2]. The country is on track to reach the MGD target of 143. Some 79 percent of women receive at least one antenatal care (ANC) visit, the majority from a medically trained provider (64 percent). However, only 31 percent received the recommended four or more ANC visits. Although still low, some 42 percent of deliveries are assisted by skilled provider, 37 percent of those in a facility. Most births, however, still occur at home, attended by untrained providers. The majority of those who deliver in a facility are delivering in private sector facilities (22 percent), and there is cause for concern with the alarming rate of cesarean section deliveries in private facilities (80 percent). Increasing skilled birth attendance is a priority area of action for the national program. Post-natal care (PNC) is increasing, but yet only 34 percent of mothers and 32 percent of infants receive care from a medically trained provider within 48 hours of birth, and only six percent of newborns receive all the elements of essential newborn care.

While Bangladesh has had success in fertility reduction and contraceptive use, both the CPR and TFR are stagnating. Some 12 percent of the population still has an unmet need for contraceptives. Although 62 percent of couples want no more children, long acting reversible contraceptives and permanent method (LARC/PM) use remains limited (8 percent). Male involvement in family planning is below the desired levels, but male sterilizations are increasing in some areas where quality services are offered.

Bangladesh has recently made great strides in improving the nutritional status of children. However, rates of malnutrition are still high and contribute greatly to child deaths. Some 36 percent of children under five are stunted and 15 percent are acutely malnourished or wasted. Only 23 percent of children 6-23 months are fed with appropriate infant and young child feeding (IYCF) practices. About 24 percent of married women of reproductive age are undernourished and 42 percent of them are anemic. The government’s effort to mainstream nutrition into service delivery has been slow.

Bangladesh has the sixth highest level of TB burden in the world. Although detection of smear positive cases has increased over 70 percent with a 92 percent treatment success rate, overall only 53 percent of all forms of TB are notified in the country[3]. Stigma around care-seeking behavior and lack of notification system by private sector providers result in about half of cases going undetected. Despite recent increase in case detection and treatment, Bangladesh also has a high burden of drug resistant TB. In coordination with the National TB Program (NTP), there is an opportunity for private sector providers to assist with the scale-up of the national response to TB.

The burden of poverty and cultural constraints falls disproportionately on women, with women representing only 26 percent of the workforce. The average age of marriage is very young (15.3 years[4]). Just over half of women contribute to household decision making, and these women are more likely to use family planning and receive antenatal or delivery care from a trained provider. Because unmarried adolescents are not included in national level surveys, little is known about the reproductive health needs of unmarried adolescents.

Scope of Work

At present, the Smiling Sun network covers 399 clinics, 90 capable of delivery services. The selected subcontractor is expected to conduct an in-depth facility assessment of all the 399 clinics.

Urban Clinics

Rural Clinics

TOTAL

Vital Clinics

140

169

309

Ultra-B

7

14

21

Ultra-C

42

9

51

Sub-Total

189

192

381

CHT Midway Homes

18

TOTAL

189

210

399

This will be a facility assessment of 399 clinics in the Smiling Sun network in all 64 districts of Bangladesh. The assessment should examine staffing, infrastructure upgrades, quality, and the scope of service delivery (see below). The qualitative component following the health facility assessment will help to clarify contributing factors for any gaps identified in the quantitative component.

399 clinics in the Smiling Sun network are to be assessed for:

Readiness to provide quality services:

· Staffing

· Infrastructure

· Basic package of services

· Essential drug and commodity stocks

· Record keeping

· Client flow

· Management and governance

Gaps in service provision:

· Staffing

· Infrastructure

· Basic package of services

· Essential drug and commodity stocks

· Record keeping

· Client flow

· Management and governance

Technical assistance (TA) needs (level and type of TA) for facilities

Relevant Methods:

Each of 399 clinics in all 64 districts of Bangladesh will be assessed. GH Pro will train all enumerators in collaboration with other partners.

The selected subcontractor will have approximately 10 teams of 3-4 enumerators each make field visits to observe Smiling Sun clinic sites. Due to cultural considerations, at least one individual on each team should be a female medical doctor, and at least 2/3 of the remaining team members should be medical practitioners. These teams will utilize mobile or web-based technology to collect data on a variety of topics at each facility, including: quality, service readiness, scope of services, medicine stock/store, infrastructure (computers, and medical equipment), and staffing patterns/needs.

The selected subcontractor will document observations at each facility using an online tool. The subcontractor will conduct standardized exit interviews with clients and providers during site visits at Smiling Sun clinics to determine client satisfaction with providers and service quality. All data will be shared with the GH Pro team in English.

The subcontractor will review and clean data, and analyze data as determined by the GH Pro consultant team. The subcontractor will staff data collection teams needed to collect data from 399 Smiling Sun clinics over a period from approximately August 6, 2017 to October 5, 2017, with one week off in early September for a local holiday. The subcontractor will also provide staff needed for data management (including monitoring) and data analysis. Additionally, the subcontractor will provide tablets or mobile devices for data collection and manage logistics for their data collection teams.

The subcontractor will also conduct approximately 20 FGD and 25 KIIs during the qualitative component of this assignment. GH Pro will train these qualitative enumerators October 22 – 26, 2017, and data collection and analysis will take place October 29 – November 15, 2017.

Analytic Plan

GH Pro will provide finalized tools and train all enumerators. The selected subcontractor will manage and clean all data collected and maintain database that will submitted to GH Pro.

The selected subcontractor will work at the direction of the GH Pro team to analyze all quantitative data primarily using descriptive statistics, and they will share results with GH Pro. Data will be stratified by demographic characteristics, such as sex, age, and location, whenever feasible. Other statistical test of association (i.e., odds ratio) and correlations will be run as appropriate.

2.3. Deliverables

The successful offeror shall deliver to Dexis the following deliverables, in accordance with the schedule set forth in II.4 below.

Deliverable No. 1: Completion of Quantitative Enumerator Training

The team will be trained in collaboration with other partners. This briefing/training will take place July 9, 2017 – August 3, 2017, and all parties involved in data collection are required to attend.

Deliverable No. 2: Cleaned datasets

The team will submit cleaned datasets in original format and in a non-proprietary, machine readable format.

Deliverable No. 3: Quantitative Data Analysis

The data firm will complete analysis of data, with direction from GH Pro consultants, and submit analysis to GH Pro.

Deliverable No. 4: Qualitative Data Analysis

The data firm will collect, translate, code and complete analysis of qualitative data (approximately 20 FGDs and 25 KIIs), with direction from GH Pro consultants.

Deliverable No. 5: Weekly Progress Reports to GH Pro

The data firm will provide weekly progress reports to GH Pro via email or in-person meetings as possible, detailing weekly activities and any challenges that arise in data collection or analysis.


2.4. Deliverables Schedule

The successful offeror shall submit the deliverables described above in accordance with the following deliverables schedule:

Deliverable Number

Deliverable Name

Due Date**

1

Completion of Training of Quantitative Enumerators

August 3, 2017

2

Cleaned datasets

September 31, 2017

3

Quantitative Data Analysis

October 19, 2017

4

Qualitative Data Analysis

November 30, 2017

5

Weekly progress reports to GH Pro

Each Friday during assignment

*Deliverable numbers and names refer to those fully described in 2.3 above.

** These dates may be adjusted by the GH Pro consultant team


Annex 1 Cover Letter

[Offeror: Insert date]

Ms. Lindsay Harnish

Program Manager

Global Health Program Cycle Improvement Project

Dexis Consulting Group

1331 Pennsylvania Avenue, NW Suite 300

Washington, DC 20004

Reference: Request for Proposals #3001-412-001

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

Dear Ms. Harnish:

[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 1, 1.7, we confirm that our proposal, including the cost proposal will remain valid for 60 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 upon each offeror to clearly review the RFP and its requirements. It is each offeror’s responsibility to identify all required annexes and include them.]

  1. Copy of registration or incorporation in the public registry, or equivalent document from the government office where the offeror is registered.
  2. Copy of company tax registration, or equivalent document.

III. Copy of trade license, or equivalent document.

  1. Evidence of Responsibility Statement.

Sincerely yours,

______________________

Signature

[Offeror: Insert name of your organization’s representative]

[Offeror: Insert name of your organization]


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

The purpose of this annex is to guide offerors in creating a budget for their cost proposal. Because the subcontract will be funded under a United States government-funded project, it is important that all offerors’ budgets conform to this standard format. It is thus recommended that offerors follow the steps described below.

Step 1: Design the technical proposal. Offerors should examine the market for the proposed activity and realistically assess how they can meet the needs as described in this RFP, specifically in section II. Offerors should present and describe this assessment in their technical proposals.

Step 2: Determine the basic costs associated with each deliverable. The cost proposal should provide the best estimate of the costs associated with each deliverable, which should include labor and all non-labor costs, e.g. other direct costs, such as fringe, allowances, travel and transport, etc.

Other direct costs, i.e. non-labor, include for example the following:

  1. Local travel and transportation, and associated travel expenses, if applicable,
  2. Lodging and per diem expenses associated with travel, if applicable,
  3. Rent
  4. Utilities
  5. Communications
  6. Office supplies

Under no circumstances may cost information be included in the technical proposal. No cost information or any prices, whether for deliverables or line items, may be included in the technical proposal. Cost information must only be shown in the cost proposal.

Step 3: Create a budget for the cost proposal. Each offeror must create a budget using a spreadsheet program compatible with MS Excel. The budget period should follow the technical proposal period. A sample budget is shown on the following page.

Step 4: Write Cost Notes. The spreadsheets shall be accompanied by written notes in MS Word that explain each cost line item and the assumption why a cost is being budgeted as well as how the amount is reasonable.

Sample Budget

Offerors should revise the budget line items accordingly in response to the technical and cost requirements of this RFP.


Sample Budget

Offerors should revise the budget line items accordingly in response to the technical and cost requirements of this RFP.

RFP No. 001

SLIN

Deliverable No. 1: Pilot of Tools

Unit of Measure

Maximum

Quantity A

Unit Labor Rate/Cost** B

Ceiling C=A*B

1

Evaluation Methods Specialist (Team Coordinator)

Days

0

$0.00

$0

2

Evaluations Analyst

0

$0.00

$0

3

Other team member(s)

Other Direct Cost (on a separate sheet please list all items)

Total Deliverable 1

$0

SLIN

Deliverable No. 2: Pilot of Tools

Unit of Measure

Maximum

Quantity A

Unit Labor Rate/Cost** B

Ceiling

1

Evaluation Methods Specialist (Team Coordinator)

Days

0

$0.00

$0

Additional team member(s)

0

$0.00

$0

Other Direct Cost (on a separate sheet please list all items)

Total Deliverable 2

$0

SLIN

Deliverable No. 3: Cleaned datasets with data dictionary (code sheet)

Unit of Measure

Maximum

Quantity A

Unit Labor Rate/Cost** B

Ceiling

1

Evaluation Methods Specialist (Team Coordinator)

Days

0

$0.00

$0

2

Additional team member(s)

0

$0.00

$0

Other Direct Cost (on a separate sheet please list all items)

Total Deliverable 3

$0

Contract total

(sum 1,2&3)

$0.00

SLIN

Deliverable No. 4: Data Analysis

Unit of Measure

Maximum

Quantity A

Unit Labor Rate/Cost** B

Ceiling

1

Evaluation Methods Specialist (Team Coordinator)

Days

0

$0.00

$0

2

Additional team member(s)

0

$0.00

$0

Other Direct Cost (on a separate sheet please list all items)

Total Deliverable 4

$0

Contract total

(sum 1,2&3)

$0.00

SLIN

Deliverable No. 5: Weekly Progress Reports to GH Pro

Unit of Measure

Maximum

Quantity A

Unit Labor Rate/Cost** B

Ceiling

1

Evaluation Methods Specialist (Team Coordinator)

Days

0

$0.00

$0

2

Additional team member(s)

0

$0.00

$0

Other Direct Cost (on a separate sheet please list all items)

Total Deliverable 5

$0

Contract total

(sum 1,2&3)

$0.00


Annex 3 Required Certifications

Federal Acquisition Regulation mandates certain certifications that offerors are required to sign as part of a request for subcontract proposal (RFP) funded with federal funds. Offerors must submit all the certifications to be responsive to the RFP.

The required certifications are as follows:

Evidence of Responsibility Statement

Subcontractor Size Self-Certification

Evidence of Responsibility Statement

  1. 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:

Address

Telephone/Fax

Email address

  1. 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 in this proposal.

  1. 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.

  1. Record of Performance, Integrity, and Business Ethics

Company Name record of integrity is (Instructions: Subcontractor should include text 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.”

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

(Instructions: Subcontractor 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.)

  1. Equipment and Facilities

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


  1. Eligibility to Receive Award

(Instructions: Subcontractor should state that they are qualified and eligible to receive an award under applicable laws and regulation and 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 Subcontractor should state whether they have performed work of similar nature under similar mechanisms for USAID. They should provide their DUNS number here as well.)

  1. Commodity Procurement

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

  1. Cognizant Auditor

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

  1. Acceptability of Contract Terms

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

  1. Recovery of Vacation, Holiday and Sick Pay

(Instructions: Subcontractor 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 subcontractor 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.)

  1. Organization of Firm

(Instructions: Subcontractor 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: ___________________________


Subcontractor Size Self-Certification Form

Reference Number: Funding agency’s solicitation or contract number

Project Name: Enter full name of project

Company Name: Full legal name

Address: Street address

City, State, Zip: City, State Zip

DUNS Number: 123456789

Primary NAICS Code: Primary NAICS code

Other NAICS Codes: NAICS code(s) under this project

Contact Person: Name, Title

Contact Phone Number: (555) 555-5555

Type of Entity

If you have difficulty ascertaining the business size status, please refer to SBA’s website (www.sba.gov/size) or contact your local SBA office.

Large Business

Small Business

Non-Profit

Educational

Government

If “Small Business” is checked above, and if applicable, please identify any additional small business designations under which the company qualifies. You may wish to review the definitions for the below categories in the Federal Acquisition Regulation 19.7 or 52.219-8 (www.acquisition.gov/far/ ) to determine applicability.

Small Disadvantaged Business

VOSB

8(a)

SDVOSB

HUBZone

Alaskan Native Corporation

WOSB

Indian Tribe

By signature below, I hereby certify that the business type and designation indicated above is true and accurate as of the date of execution of this document, and I further understand that under 15 U.S.C. 645(d), any person who misrepresents a business’ size status shall (1) be punished by a fine, imprisonment, or both; (2) be subject to administrative remedies; and (3) be ineligible for participation in programs conducted under the authority of the Small Business Act.

Signature and Title

______________________________

Date ______________________________

[1] Unless otherwise noted, all references from the Bangladesh Demographic and Health Survey 2014: National Institute of Population Research and Training (NIPORT), Mitra and Associates, and ICF International.2015. Bangladesh Demographic and Health Survey 2014: Key Indicators. Dhaka, Bangladesh and Rockville, Maryland, USA: NIPORT, Mitra and Associates, and ICF International.

[2] National Institute of Population Research and Training (NIPORT), MEASURE Evaluation, and icddr,b. 2012. Bangladesh Maternal Mortality and Health Care Survey 2010, Dhaka, Bangladesh: NIPORT, MEASURE Evaluation, and icddr,b.

[3] WHO Global TB Report 2014

[4] National Institute of Population Research and Training (NIPORT), Mitra and Associates, and ICF

International. 2013. Bangladesh Demographic and Health Survey 2011. Dhaka, Bangladesh and

Calverton, Maryland, USA: NIPORT, Mitra and Associates, and ICF International.

About the Organization

About the GH Pro Project: The Global Health Program Cycle Improvement Project (GH Pro) provides the U.S. Agency for International Development (USAID) Bureau for Global Health, Regional Bureaus, and Missions with ready access to high-quality, external technical expertise to design, support, and evaluate programs contributing to the achievement of U.S. Government (USG) Global Health Initiative (GHI) targets. The contract, GH Pro, is comprised of five components 1. Program and project evaluation; 2. Technical assistance; 3. GH program and research management; 4. Mission support; and 5. Logistical support for meetings/conferences. This activity spans all Foreign Assistance Health Area objectives as well as cross-cutting health issues such as gender, health systems strengthening, and science and technology.

More information

412 RFP - Data Collection Firm 06.20.17 (1).docx

Similar Jobs