fbpxJobs in Liberia, Liberia HR Jobs Board, Jobs in Liberia 2020, Jobs in Liberia West Africa, All Jobs in Liberia, Liberian Professional Directory, Jobs in Liberia Monrovia

Request For Proposals ( Capacity Development Support for CSA Civil Society Organization Partners)

  • Location:
  • Salary:
    negotiable
  • Job type:
    Contractor
  • Posted:
    1 year ago
  • Category:
    Project Management
  • Deadline:
    March 17, 2023

RFP No. RFP-DAI- LIB-CSA- 002

USAID Liberia Civil Society Activity (CSA)

Request For Proposals (RFP)

Capacity Development Support for CSA Civil Society Organization Partners:

Development Education Leadership Training in Action-Human Rights Foundation (DELTA-HRF) and Foundation for International Dignity (FIND) Based in Gbarnga, Bong County

Issue Date: March 7, 2023

WARNING:

Prospective Offerors who have received this document from a source other than USAID/Liberia Civil Society Activity (CSA), 18th Street and Warner Avenue, Sinkor, Monrovia, should immediately contact LiberiaCSA_Procurement@dai.com and provide their name and mailing address in order that amendments to the RFP 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 and sent to service providers (SP) email addresses. Offerors are encouraged to check their mails periodically.

RFP No. RFP-DAI- LIB-CSA- 002

Synopsis of the RFP

RFP No.RFP-DAI- LIB-CSA- 002
Issue DateMarch 7, 2023,
TitleCapacity Development Support for CSA Civil Society Organization Partners: DELTA and FIND in Gbarnga, Bong County.
Issuing Office &

Email/Physical Address for Submission of Proposals

Attn: Liberia Civil Society Activity (CSA)

18th Street and Warner Avenue, Sinkor, Monrovia, Liberia Email: LiberiaCSA_Submissions@dai.com

Pre-submission meetingThere will be no pre-submission meeting.
Deadline for Receipt of

Questions

Applicants can send questions for clarification to LiberiaCSA_Procurement@dai.com. The deadline for receiving questions is Monday, March 13, 2023, 5:00 pm, local time.
Deadline for Receipt of

Proposals.

The deadline for receiving the proposal is Friday, March 17, 2023, 5:00 pm local time. Proposal should be submitted via email only.
Anticipated Award TypeA Firm Fixed Price Purchase Order
Anticipated Award locationGbarnga, Bong County
Basis for AwardAn award will be made based on the value for money, Technically Acceptable Source Selection process. The award will be issued to the responsible Offeror submitting the lowest evaluated price that meets or exceeds the acceptability requirements for technical/non-cost factors described in this RFP.

RFP No. RFP-DAI- LIB-CSA- 002

Table of Contents

  1. Introduction and Purpose ……………………………………………………………………………………………..4 1.1 Purpose ………………………………………………………………………………………………………………………..4 1.2 Issuing Office…………………………………………………………………………………………………………………4 1.3 Background …………………………………………………………………………………………………………………..4 1.4 Type of Award Anticipated ……………………………………………………………………………………………..5
  2. General Instructions to Offerors……………………………………………………………………………………..5 2.1 General Instructions……………………………………………………………………………………………………….5 2.2 Proposal Cover Letter …………………………………………………………………………………………………….6 2.3 Questions regarding the RFP …………………………………………………………………………………………..6 2.4 Pre-Proposal Conference ………………………………………………………………………………………………..6
  3. Instructions for the Preparation of Technical Proposals ………………………………………………………6 3.1 Goods or Services Specified…………………………………………………………………………………………….7 3.2 Technical Acceptability Requirements………………………………………………………………………………7
  4. Instructions for the Preparation of Cost/Price Proposals……………………………………………………..8 4.1 Price Schedule……………………………………………………………………………………………………………….8 5. Required documents to Determine Responsibility ……………………………………………………………..8 5.1 General Responsibility ……………………………………………………………………………………………………8 5.2 System for Award Management (SAM) …………………………………………………………………………….9 6. Basis of Award and Selection Process………………………………………………………………………………9 6.1 Basis of Award……………………………………………………………………………………………………………….9 6.2 Selection Process …………………………………………………………………………………………………………..9 7. Source and Nationality ……………………………………………………………………………………………….10 8. Anticipated Post-Award Deliverables…………………………………………………………………………….10 8.1 Branding Implementation Plan and Marking Plan…………………………………………………………….11 9. Inspection & Acceptance……………………………………………………………………………………………..11 10. Compliance with Terms and Conditions………………………………………………………………………11 11. Procurement Ethics…………………………………………………………………………………………………11 12. Attachments………………………………………………………………………………………………………….13 12.1 Attachment A: Scope of Work for Services or Technical Specifications………………………………13 12.2 Attachment B: Proposal Cover Letter…………………………………………………………………………….21 12.3 Attachment C: Price Schedule………………………………………………………………………………………..21 12.4 Attachment D: Instructions for Obtaining a SAM Number – DAI’S Vendors, Subcontractors ….23 12.5 Attachment E: Self Certification for Exemption from SAM Requirement …………………………….23 12.6 Attachment F: Past Performance Form …………………………………………………………………………..24 12.7 Attachment G: Representations and Certifications of Compliance……………………………………..25 12.8 Attachment J: Proposal Checklist……………………………………………………………………………………27

Page 3 of 27

RFP No. RFP-DAI- LIB-CSA- 002

  1. Introduction and Purpose

1.1 Purpose

DAI, the implementer of the Liberia Civil Society Activity (CSA) invites qualified service providers to submit proposals/bids to provide Capacity Development Support (training, mentorship, and coaching) for FIND and DELTA in Gbarnga City Bong County in support of program implementation. As much as CSA welcomes individual service providers and bidders, CSA would appreciate Capacity Development Service Providers of Liberia (CBDSPL) submitting joint bids to address the capacity support of the Bong County Grantees.

1.2 Issuing Office

The Issuing Office above 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.

1.3 Background

CSA is a five-year USAID-funded project designed to strengthen Liberians’ ability to advocate for policy reforms, policy implementation, and service delivery improvements through multi stakeholder coalitions that build feedback loops among the GOL, CSOs, and citizens. In Objective 1, the activity will form issue-based coalitions around three thematic windows. Composed of diverse members, coalitions will analyze the most critical issues that can lead to feasible reforms, co-create advocacy strategies, and translate them into improved policy formation and implementation. Under Objective 2, coalitions will apply citizen engagement strategies and policy dialogue platforms to integrate citizens’ voices into advocacy agendas. Coalitions will close feedback loops by disseminating the results of their advocacy efforts to the broader community to encourage continued dialogue. Activities under Objectives 3 and 4 will ensure that coalition members’ achievements are sustainable by building their financial resilience and adaptive capacities and linking them to a pool of Liberian private sector service providers.

A critical goal of CSA is to build the institutional and advocacy capacity of targeted civil society organizations (CSOs) implementing the USAID-funded civil society activity project to advocate for policy reform, policy implementation, and service delivery in Liberia. During CSA implementation, CSA will facilitate the opportunity for civil society organizations to connect with service providers through the provision of in-kind grants to support the capacity development of civil society organizations in key institutional and technical capacity areas based on the results of CSA`s Institutional and Advocacy Capacity Assessment (IACAT). The in-kind grant supports CSA’s overall program Objective 3. Supported CSOs’ Financial and Organizational Sustainability Enhanced and Objective 4. Ongoing Capacity Development Services Available on the Local Market.

Page 4 of 27

RFP No. RFP-DAI- LIB-CSA- 002

1.4 Type of Award Anticipated

DAI anticipates awarding a Firm Fixed Price Purchase Order which is an award for a total firm fixed price, for values less than $25,000, 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. Offerors are expected to include all costs, direct and indirect, into their total proposed price.

  1. General Instructions to Offerors

2.1 General Instructions

Proposals are due no later than March 17, 2023, at 5:00pm local time to be submitted to the Issuing Office. Late offers will be rejected except under extraordinary circumstances at DAI’s discretion. DAI reserves the right not to evaluate a non-responsive or incomplete proposal. The completion of all RFP requirements in accordance with the instructions in this RFP and submission to DAI of the proposal will constitute an offer and indicate the Offeror’s agreement to the terms and conditions in this RFP and any attachments hereto. DAI reserves the right to award a subcontract without discussion and/or negotiation; however, DAI also reserves the right to conduct discussions and/or negotiations, which among other things may require an Offeror(s) to revise its proposal. Issuance of this RFP in no way obligates DAI to award a subcontract or purchase order. All documents from the Offeror related to this RFP shall be in English. 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.

Offerors are required to fully review all instructions and specifications contained in this RFP. Failure to do so will be at the Offeror’s risk.

Offerors shall submit proposals only via email. Please state the RFP Number and Title of the activity in the subject line of the email.

Offerors shall confirm in writing that the Offeror fully understands that their proposal/offer must be valid for a period of three (3) months from April to June 2023

If the solicitation is amended, then all terms and conditions not modified in the amendment shall remain unchanged. Offerors shall acknowledge receipt of amendments in the cover letter. Offerors shall:

  1. Furnish all of the information required by the RFP
  2. Ask any questions to clarify the requirements if necessary
  3. Sign and submit the cover letter
  4. Use and submit forms as provided in the Attachments as required.

“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.

Page 5 of 27

RFP No. RFP-DAI- LIB-CSA- 002

2.2 Proposal Cover Letter

A cover letter 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 for the format. The cover letter shall include the following items:

  • Acknowledge reception of the solicitation
  • Certify the validity period of three months for the prices provided.
  • List all the documents attached (see template below)

2.3 Questions regarding the RFP

Each Offeror is responsible for reading very carefully and understanding fully the terms and conditions of this RFP. All communications regarding this solicitation are to be made solely through the Issuing Office. Requests for clarification or additional information must be submitted via email the Issuing Office no later than the date and time specified in the Synopsis above. Only written communications relative to the procurement shall be considered. No questions will be answered over the phone or in person, except for administrative questions regarding the project office location, packaging of the bid, etc…. The subject line of the email or the heading of the letter must include the RFP Number and Title.

Questions and requests for clarifications – and the responses thereto – that DAI believes may be of interest to other offerors will be circulated in writing to all RFP recipients who have indicated interest in responding to this RFP. Both questions and answers will be distributed, without identification of the inquirer(s), to all prospective Offerors who are on record as having received this RFP. Any verbal information received from a DAI or CSA employee, or other entity shall not be considered as an official response to any question regarding this RFP.

2.4 Pre-Proposal Conference

There will be no pre-proposal conference. Please submit your inquiry on March 13, 2023, to get answer by March 14, 2023.

  1. Instructions for the Preparation of Technical Proposals

Technical proposals shall include a thorough description of the proposed service which meets or exceeds the stated technical specifications or scope of work. It shall include the following sections:

  1. Understanding of the subject matter including the common challenges faced by CSOs in this area
  2. Understanding of the tasks
  3. Overview of the institution’s training methodology and approach
  4. Profile of the technical staff who will be delivering the services
  5. Submission of documents which demonstrates that the offeror can meet or exceed the listed non-cost factors that determine technical acceptability.
  6. A list of Past Performance (See template below)

Page 6 of 27

RFP No. RFP-DAI- LIB-CSA- 002

3.1 Goods or Services Specified

For this RFP, DAI is in need of the services described in detail in Attachment A. Final delivery is required latest by June 30, 2023. It shall be understood that by that date, the Offeror would have met the following technical specifications or deliverables.

3.2 Technical Acceptability Requirements

To be considered technically acceptable, offerors must demonstrate how they will meet or exceed all of the requirements that are outlined below as Technical Acceptability Requirements. If the proposal fails to meet one or more of the requirements, it will be deemed technically unacceptable. Proposals deemed technically unacceptable contain significant weaknesses or deficiencies that are not able to be corrected without a major rewrite or revision of the original proposal.

Offerors are required to meet or exceed the significant non-cost factors listed below:

  1. A minimum of 5 years of demonstrated experience in M & E, particularly with civil society organizations and/or advocacy campaigns. A relevant degree with a minimum of five years professional experience in the development of M&E systems and/or performance-based management for CSO’s.
  2. Verified accomplishment in designing, implementing and operating M&E systems is required.
  3. Proven skills in research and data analysis are a key requirement.
  4. Experience in Strategic plan development for CSO’s in Liberia
  5. Have extensive idea in preparing gender policy
  6. High proficiency in spoken and written English is preferred
  7. Offeror must have documented ability to meet deadlines, produce quality report and work collaboratively, as demonstrated through reference letters from prior clients. 8. A minimum of two years’ experience in working with USAID projects
  8. A minimum of 5 years of demonstrated experience in developing customized training materials and providing training and mentorship to clients.

The technical proposal shall include information on past performance. Provide a list of at least three (3) recent awards of similar scope and duration. The information supplied shall be stated in 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, description of any problems encountered and how it was resolved, and a current contact phone number of a responsible and knowledgeable representative of the organization. See Attachment F.

RFP No. RFP-DAI- LIB-CSA- 002

  1. Instructions for the Preparation of Cost/Price Proposals

4.1 Price Schedule

Provided in Attachment C is a template for the Price Schedule. Offerors shall complete the template including as much detailed information as possible. The sections of the template are as follows:

  • Item number
  • Item name
  • Description/Specifications
  • Quantity
  • Unit Price
  • Total Price
  • Applicable taxes and fees

The Subcontractor is responsible for all applicable taxes and fees, as prescribed under the applicable laws for income, compensation, permits, licenses, and other taxes and fees due as required

  1. Required documents to Determine Responsibility

5.1 General Responsibility

DAI 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:

  1. Up to date business registration papers
  2. Latest tax clearance
  3. Company Profile
  4. CVs of key technical staff (tailored to specific capacity development domain) 5. Sample of previous training materials (manuals, presentation, activity reports) 6. Overview of satisfactory past performance record (services provided in specific capacity development area(s) for which you are applying).
  5. Contact for previous clients
  6. Evidence of a SAM number (explained below and instructions contained in the Attachment).
  7. The source, origin and nationality of the products or services are not from a Prohibited Country (explained below).
  8. Adequate financial resources to finance and perform the work or deliver goods or the ability to obtain financial resources without receiving advance funds from DAI. 11. Ability to comply with required or proposed delivery or performance schedules. 12. Satisfactory record of integrity and business ethics.
  9. Necessary organization, experience, accounting and operational controls and technical skills.
  10. Be qualified and eligible to perform work under applicable laws and regulations.

RFP No. RFP-DAI- LIB-CSA- 002

5.2 System for Award Management (SAM)

There is a mandatory requirement for your organization to provide a SAM number to DAI. The System for Award Management is a system developed and regulated by the US Government that assigns a unique numeric identifier, referred to as a “SAM number” to a single business entity. Without a SAM 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 is contingent upon the winner providing a SAM number to DAI. Offerors who fail to provide a SAM 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 SAM number prior to signing of the agreement. Organizations 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 required to obtain a SAM number, see Attachment D – Instructions for Obtaining a SAM Number – DAI’S Vendors, Subcontractors

For those not required to obtain a SAM number, see Attachment E: Self Certification for Exemption from SAM Requirement

  1. Basis of Award and Selection Process

6.1 Basis of Award

Award will be made to a responsible offeror, whose proposal offers the lowest evaluated price and meets or exceeds the acceptability standards for technical/non-cost factors, using United States Federal regulations (FAR 15.101-2 – Lowest Price Technically Acceptable Source Selection Process) as a guide. DAI will classify a proposal as not acceptable for award if it does not meet the requirements of this RFP. DAI may also determine that an Offeror is “not responsible”, i.e., that it does not have the management and financial capabilities in all respects to perform the work required. In order for Offerors to be considered technically acceptable, they must meet all of the technical acceptability requirements and business requirements as specified in this RFP. Proposals will be evaluated by committee against the acceptability requirements contained herein. DAI may award to an Offeror without discussions with the Offeror. Therefore the initial offer must contain the Offeror’s best price and technical terms.

6.2 Selection Process

All proposals shall be received and remain unopened until the due date. All proposals shall be stored in a secure and locked location. On the due date, all proposals shall be opened by the Procurement Officer and shall be witnessed by at least one other project employee. An Evaluation Committee comprised of a minimum of three (3) people shall be convened, and each committee member will receive a copy of the solicitation requirements and shall sign a Statement of Non-Disclosure/Conflict of Interest form. The Evaluation Committee shall jointly

review the technical proposals and determine which proposals 1) are complete, and 2) meet the technical acceptability requirements. Those proposals which are determined to be “technically acceptable” shall be considered in the “Competitive Range”. Prior to concluding on those offerors in the Competitive Range, DAI may contact offerors to seek clarification to proposal submissions that are insufficient. Competitive Range offerors may then be contacted to answer questions, negotiate and discuss offers, and potentially be asked to submit a “Best and Final Offer”. Upon receiving all Best and Final Offers (if a Best and Final Offer is requested), the Evaluation Committee shall select the offer which is the lowest price amongst those in Competitive Range and investigate to ensure that the offeror is responsible, and the price is reasonable.

  1. Source and Nationality

Under the authorized geographic code for its contract DAI, may only procure goods and services from the following countries.

Geographic Code 937: Goods and services from the United States, the cooperating country, and “Developing Countries” other than “Advanced Developing Countries:, excluding prohibited countries. A list of the “Developing Countries” as well as “Advanced Developing Countries” can be found at: http://www.usaid.gov/policy/ads/300/310maa.pdf and http://www.usaid.gov/policy/ads/300/310mab.pdf respectively.

DAI must verify the source, nationality and origin, 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. 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 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.

  1. Anticipated Post-Award Deliverables

Upon award of a subcontract, the deliverables detailed below will be submitted to DAI according to deadlines established by DAI and the selected subcontractor. The deliverables are intended as evidence or confirmation that the activities have been successfully completed. All of the deliverables must be submitted to and approved by DAI before payment will be processed.

Service Providers will be responsible for delivering:

Deliverables

  • Action Plan that includes:
  1. Objectives
  2. Anticipated outcomes
  3. Activities
  4. Dates and timeline for work
  • Completed updated activities (SoW’s) stated in the RFP for DELTA and FIND Final Report that includes:
  1. Summary of all activities
  2. Outcomes
  3. Progress Achieved
  4. Recommendations

8.1 Branding Implementation Plan and Marking Plan

Markings under this subcontract shall comply with the USAID “Graphic Standards Manual” available at www.usaid.gov/branding or any successor branding policy. In accordance with ADS 320 “Branding and Marking,” this subcontract incorporates USAID’s policy directives and required procedures on branding and marking of USAID-funded programs, projects, activities, public communications, and commodities with the USAID identity.

  1. Inspection & Acceptance

The DAI Capacity Building Team 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.

  1. Compliance with Terms and Conditions

Offerors 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 G.

  1. Procurement Ethics

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 either the Offeror 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@dai.com. DAI ensures anonymity and an unbiased, serious review and treatment of the information provided. 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.

Page 11 of 27

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 Fraud Prevention and Investigations Team at the contacts above.

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.

Page 12 of 27

  1. Attachments

12.1 Attachment A: Scope of Work for Services or Technical Specifications

Capacity Development Scope of Work for Development Education Leadership Training in Action-Human Rights Foundation (DELTA-HRF) and Foundation for International Dignity (FIND)

Brief Statement of Purpose, Objectives/Project Summary

A critical goal of CSA is to build the institutional and advocacy capacity of targeted civil society organizations (CSOs) implementing the USAID-funded civil society activity project to advocate for policy reform, policy implementation, and service delivery in Liberia. CSA will facilitate the opportunity for civil society organizations to connect with service providers through the provision of in-kind grants to support the capacity development of civil society organizations in key institutional and technical capacity areas based on the results of CSA`s Institutional and Advocacy Capacity Assessment (IACAT). The in-kind grant supports CSA’s overall program Objective 3. Supported CSOs’ Financial and Organizational Sustainability Enhanced and Objective 4. Ongoing Capacity Development Services Available on the Local Market.

Background/Description of Capacity Building Support

CSA adopted a participatory self-assessment approach called Institutional Advocacy Capacity Assessment (IACAT) and utilizing the IACAT, conducted an Institutional and Advocacy capacity of two CSA– supported civil society organizations (FIND and DELTA) in Gbarnga, City, Bong County to engage in issue based advocacy for the establishment of county councils. IACAT comprised three Institutional and four Advocacy capacity areas. The three institutional capacity areas include Strategic Management, Project Management, Quality Control, and Financial Management. The four advocacy capacity areas include Advocacy Goals, Plans and Strategies, Conducting Advocacy, Advocacy Avenues, and Public Policy Processes.

Utilizing the IACAT self-assessment approach, FIND and DELTA identified key institutional capacity gaps as indicated below:

DELTA Institutional areas for capacity support:

  1. Monitoring, Evaluation including training staff in monitoring and evaluation tools and processes and developing monitoring, and evaluation plan.
  2. Development of DELTA 5 years Strategic Plan
  3. Gender policy including developing clearly written gender mainstreaming strategy/plan and tools for tracking gender mainstreaming activities.

FIND Institutional areas for capacity support:

Institutional areas:

  1. Monitoring and Evaluation including training staffs in monitoring and evaluation tools and processes and develop monitoring and evaluation plan.
  2. Purchase of QuickBooks software and train staffs in it use.
  3. Gender policy including developing clearly written gender mainstreaming strategy/plan and tools for tracking gender mainstreaming activities.

CSA`s Support

Based on the capacity development gaps identified by DELTA and FIND, CSA will connect DELTA and FIND to capacity development service providers to provide capacity development training, mentorship, and coaching in the identified capacity areas mentioned above. CSA will work hand in hand with service providers to monitor and ensure the services delivered by service providers to DELTA are of quality.

DELTA and FIND Responsibilities

DELTA and FIND leadership have committed to undertaking this capacity development work and will make certain that the capacity development activities are directly supporting DELTA and FIND vision, mission, and advocacy project for the establishment of the county councils.

As such, DELTA and FIND will undertake the following activities:

Commit staff to participate in the training, mentorship, and coaching activities.

Expected Outcomes for DELTA:

The capacity development support to DELTA will help the staff:

-collect accurate data and maintain an M&E system

– improve DELTA program management reporting and effective organization management system using the strategic plan.

– develop gender policy and mainstream gender across all interventions

Expected Outcomes for FIND:

The capacity development support to FIND will help FIND:

-collect accurate data and maintain an M&E system

– improve financial management reporting and effective cash management system using QuickBooks – develop gender policy and mainstream gender across all FIND`s interventions

Oversight and Monitoring:

The CSA capacity development team will monitor DELTA and FIND capacity development activities monthly to assess the progress of the capacity development support provided by service providers.

Capacity Development Activities Timeline Support to DELTA

Timeline

Quarter

Quarter 2, Year 2

Quarter 3, Year 2

Q4 Year 2

1, Year 2

(Jan- March.)

(April- June)

(July- Sept)

(Oct

Dec)

M&E Training and development of M&E plan/system
Development of Gender policy and training
DELTA Five (5) Year Strategic Plan Development

 

  1. Monitoring and Evaluation SOW

Proposed Timeline: Q3 Year 2

ActivitiesExpected OutputsNumber of days
1-day meeting with DELTA to review documents and materials related to monitoring and evaluation and develop an action plan for fulfilling the tasks in this SOW, including dates, timelines, staff names, and other specifics.Completed agreed-upon action plan that includes

Objectives, Activities, outputs, dates, and timelines for work, and a list of staff for training

1
Provide a 3-day joint M&E training workshop including sessions on:

Principles, definitions, and processes of monitoring and evaluation

Data Collection and Monitoring and Evaluation tools & techniques

Key M&E plan components and M&E plan development

Data Analysis and M&E reporting

Draft M&E data collection tools & reporting templates

Draft M&E policy manual with M&E processes

3
Provide a 3-day mentorship visit to review and finalize the M&E manual with DELTAFinal M&E manual

Mentorship report

3

 

Page 15 of 27

Service Provider (SP) submits final report and recommendations for DELTAFinal report1
Total number of days8

 

  1. DELTA Strategic Plan SOW

Proposed Timeline: Q3 Year 2

ActivitiesExpected OutputsNumber of days
1-day meeting with the DELTA team to:

Review DELTA institutional policies including programs, goals, vision,

missions, and objectives

Develop an action plan for fulfilling the tasks in this SOW, including dates, timelines, staff names, and other

specifics.

Completed agreed-upon action plan that includes

Objectives, Activities, dates, and timelines for work, list of staff for Strategic Plan

development

1
5 days to develop a tailored Strategic Plan training manual that includes DELTA specific needs and expectations.Finalized Strategic Plan

Training Manual

5
3-day strategic Plan development workshop with DELTA to include sessions on:

Identifying thematic programmatic areas

are in line with the organization’s

vision, mission, and strategic goals Conducting an internal analysis of the org. weaknesses and strong points

Conducting risk assessments and appropriate contingency plan

Conducting an analysis of the external environment (opportunities and

threats).

Costing of the strategic plan

Strategic Plan draft3

 

Page 16 of 27

Provide 3-day technical support in Strategic Plan Development for DELTAFinal draft of Strategic Plan3
2 days for the development of the Final ReportFinal Strategic Plan and report2
Total number of days14

 

  1. Gender Policy SOW

Proposed Timeline: Quarter 3, Year 2

ActivitiesExpected OutputsNumber of days
1-day meeting to review DELTA

documents and materials related to gender and gender mainstreaming and develop an action plan for fulfilling the tasks in this SOW, including dates, timelines, staff names, and other specifics.

Completed agreed-upon action plan that includes Objectives, Activities, outputs, dates, and timelines for work, and list of staff for training1
5 days to develop a tailored GESI manual that includes DELTA-specific needs and expectationsFinalized GESI training manual5
Provide a 3-day joint gender-training workshop including sessions on:

Principles, definitions, and processes of gender mainstreaming

Development of gender tools for tracking gender mainstreaming

activities

Draft clean gender mainstreaming policy

Draft reporting mechanism on gender relating issues

Draft gender mainstreaming tools and reporting mechanism is developed

Draft gender policy for the

organization is developed

3
Provide a 2-day mentorship visit to DELTA to review and finalize Gender PolicyFinal gender mainstreaming policy2

 

Page 17 of 27

Mentorship report
2 days for the development of Final ReportFinal report2
Total number of days13

 

Capacity Development Activities to Support Foundation for International Dignity (FIND) Timeline

Quarter 1,

Quarter 2, Year 2

Quarter 3, Year 2

Q4 Year 2

Year 2

(Jan- March.)

(April. – June)

(July- Sept)

(Oct – Dec)

QuickBooks Installation & Training
M&E Training and development of M&E plan/system
Development of Gender policy and training

 

  1. Monitoring and Evaluation SOW

Proposed Timeline: Quarter 3 Year 2

ActivitiesExpected OutputsNumber

of days

1-day meeting with FIND to review

documents and materials related to

monitoring and evaluation and develop an action plan for fulfilling the tasks in this SOW, includes dates, timelines, staff names, other specifics.

– Completed agreed upon action plan that includes Objectives,

Activities, outputs, dates and

timelines for work, list of staff for training

1
Provide a 3-day joint M&E training workshop including sessions on:

– Principles, definitions, and processes of monitoring and evaluation

– Data collection and Monitoring and Evaluation tools & techniques

– Key M&E plan components and M&E plan development

– Draft M&E data collection tools & reporting templates

– Draft M&E policy manual with M&E processes

3

 

Page 18 of 27

– Data Analysis and M&E reporting
Provide a 3-day mentorship visit to review and finalize M&E manual with FIND– Final M&E manual

– Mentorship report

3
Service Provider (SP) submits final report and recommendations for partner– Final report1
Total number of days8

 

  1. QuickBooks Installation and Training SOW

Proposed Timeline: Quarter 3, Year 2

ActivitiesExpected OutputsNumber

of days

1-day meeting with partner to:

– Review FIND financial management policies including cash management system – Develop an action plan for fulfilling the tasks in this SOW, includes dates,

timelines, staff names, other specifics.

– Completed agreed upon action plan that includes Objectives,

Activities, dates and timelines for work, list of staff for training

1
2 days QuickBooks installation customized to the needs of the partner– Installed customized version of QuickBooks software2
4-day QuickBooks training workshop to include sessions on:

– Managing QuickBooks data files, working with list and items using QuickBooks

– Creating and managing bank accounts, enter sales or financial information, enter and record payments and making deposits,

– how to process invoices, customize forms and analyze financial data

– QuickBooks Step-by-step manual –4
3-day mentorship visit to review cash management system and develop customized financial reporting tools– Customized Financial reports – Mentorship report3
2-day Technical Assistance to setup financial management platform using QuickBooks for FIND2
2 days for Development of Final Report and Recommendation– Final report2
Total number of days14

 

Page 19 of 27

  1. Gender Policy SOW

Proposed Timeline: Quarter 3, Year 2

ActivitiesExpected OutputsNumber

of days

1-day meeting with FIND to develop a gender training action plan for fulfilling the tasks in this SOW, includes dates, timelines, staff names, other specifics.Completed agreed upon action plan that includes Objectives, Activities, outputs, dates and timelines for work, list of staff for training1
5 days to develop a tailored GESI manual that includes FIND`s specific needs interest and expectations.Finalized GESI training manual5
Provide a 3-day joint gender-training

workshop including sessions on:

– Principles, definitions, and processes of gender mainstreaming

– Development of gender tools for tracking gender mainstreaming activities

– Draft clean gender mainstreaming policy – Draft reporting mechanism on gender relating issues

Draft gender mainstreaming tools and reporting mechanism

Draft gender policy for FIND

3
Provide a 2-day mentorship visit to FIND to review and finalize Gender PolicyFinal gender mainstreaming policy developed

Mentorship report

2
2 days for the development of Final Report– Final report2
Total number of days13

 

Page 20 of 27

12.2 Attachment B: Proposal Cover Letter

[On Firm’s Letterhead]

<Insert date>

TO: Click here to enter text.

Development Alternatives, Inc.

Click here to enter text.

We, the undersigned, provide the attached proposal in accordance with RFP-Click here to enter text.Click here to enter text. dated Click here to enter text.. Our attached proposal is for the total price of <Sum in Words ($0.00 Sum in Figures) >.

I certify a validity period of Click here to enter text. months 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 text.

Company Seal/Stamp:

12.3 Attachment C: Price Schedule

Item

Number

Services NameQuantityNumber of daysNumber

of staff

Daily

labor

cost

Total Price
1a

1b

1c

List of services
2Applicable taxes and fees
GRAND TOTAL IN Click here to enter text.
GRAND TOTAL IN UNITED STATES DOLLARS$

Delivery Period: Click here to enter text.

Page 22 of 27

12.4 Attachment D: Instructions for Obtaining a SAM Number – DAI’S Vendors, Subcontractors

12.5 Attachment E: Self Certification for Exemption from SAM Requirement

Page 23 of 27

12.6 Attachment F: Past Performance Form

Include 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 three years. Projects undertaken in the past six years may be taken into consideration at the discretion of the evaluation committee.

#Project

Title

Description of

Activities

Location

Province/

District

Client

Name/Tel No

Cost in

US$

Start-End DatesComplete d on

schedule

(Yes/No)

Completion

Letter

Received?

(Yes/No)

Type of

Agreement, Subcontract, Grant, PO

(fixed price, cost

reimbursable )

1
2
3
4
5

 

12.7 Attachment G: Representations and Certifications of Compliance

  1. 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.
  2. 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)
  3. 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 www.SAM.gov) or the United Nations Security Designation List (online at:

http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml). This provision must be included in all subcontracts/sub awards issued under this Contract.

  1. 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.
  2. 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 Transactions.
  3. Organizational 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.
  4. Business Size and Classification(s) – The Bidder certifies that is has accurately and completely identified its business size and classification(s) herein in accordance with the definitions and requirements set forth in FAR Part 19, Small Business Programs.

Page 25 of 27

  1. Prohibition of Segregated Facilities – The Bidder certifies that it is compliant with FAR 52.222-21, Prohibition of Segregated Facilities.
  2. 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.
  3. Labor Laws – The Bidder certifies that it is in compliance with all labor laws..
  4. 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.
  5. Employee Compliance – The Bidder warrants that it will require all employees, entities and individuals providing services in connection with the performance of an 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.

Page 26 of 27

12.8 Attachment J: Proposal Checklist

Offeror:

__________________________________________________________________________ Have you?

Submitted your proposal to DAI electronically as specified in General Instructions above?

Does your proposal include the following?

Signed Cover Letter (use template in Attachment B)

Proposal of the Product or Service that meets the technical requirements as per Attachment A

Demonstration of how you meet or exceed each of the technical acceptability criteria. Documents use to determine Responsibility

Evidence of a SAM Number OR Self Certification for Exemption from SAM Requirement Past Performance (use template in Attachment F)

Click the apply button below to download the pdf version of this advert.

This job has expired.

This job has expired. Unfortunately, you can no longer apply for this position.:

View other jobs

Warning: PHP Startup: Unable to load dynamic library 'php_openssl.dll' (tried: /usr/local/php-8.1.28/lib/php/20210902/php_openssl.dll (/usr/local/php-8.1.28/lib/php/20210902/php_openssl.dll: cannot open shared object file: No such file or directory), /usr/local/php-8.1.28/lib/php/20210902/php_openssl.dll.so (/usr/local/php-8.1.28/lib/php/20210902/php_openssl.dll.so: cannot open shared object file: No such file or directory)) in Unknown on line 0

Warning: PHP Startup: Unable to load dynamic library 'php_soap.dll' (tried: /usr/local/php-8.1.28/lib/php/20210902/php_soap.dll (/usr/local/php-8.1.28/lib/php/20210902/php_soap.dll: cannot open shared object file: No such file or directory), /usr/local/php-8.1.28/lib/php/20210902/php_soap.dll.so (/usr/local/php-8.1.28/lib/php/20210902/php_soap.dll.so: cannot open shared object file: No such file or directory)) in Unknown on line 0