Request for Proposals for the Provision of Communication Support Services

tendersglobal.net

People Centered Governance (PCG) Activity

Request For Proposals (RFP)

No. RFP-PCG-009

Provision of Communication Support Services

Issue Date: October 06, 2024

Issuing Office & Email/Physical Address for Submission of Proposals: Somalia People Centered Governance (PCG) Activity – Somalia, Submit electronic copy to: pcg_submissions@dai.com.

Deadline for Receipt of Questions: October 14, 2024

Deadline for Receipt of Proposals: October 20, 2024

Point of Contact: PCG_Procurement@dai.com, Attention: PCG Procurement Officer

Anticipated Award Type: The anticipated award type will be Blanket Purchase Agreement (BPA).

Basis for Award: An 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.

1.1 Purpose

DAI, the implementer of the USAID-funded People Centered Governance (PCG) Activity, invites qualified offerors to submit proposals to supply and deliver Communications Support Services in support of program implementation.

Objective

PCG aims to establish effective communication models that facilitate a better understanding among stakeholders about the importance of inclusive, fair, and transparent governance processes in enhancing District Council’s (DC) legitimacy and effectiveness within Somalia. These communication models are expected to encourage participation, foster ownership, facilitate feedback, and share best practices among stakeholders.

With this objective in mind, PCG seeks to collaborate with proficient communication companies/firms that can demonstrate the required capacity and expertise to deliver high-quality communication products. The engagement will be structured is directed toward firms that exhibit a comprehensive understanding of community dynamics within Somalia and have a track record of delivering impactful communication outputs. This Statement of Work sets out the specific services PCG expects the protentional firm to deliver over the performance period.

1.2 Issuing Office

  1. The 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.

  2. 1.3 Type of Award Anticipated

DAI anticipates awarding a Blanket Purchase Agreement.

This subcontract type may change during the course of negotiation. Offerors are expected to include all costs, direct and indirect, into their total proposed price.

General Instructions to Offerors

  1. General 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.

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.

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 or liable for these costs.

Proposals are due no later than October 20, 2024, to be submitted via procurement email to pcg_submissions@dai.com. RFP number and title of the activity must be stated in the subject line of the email. Cost and technical proposals shall be submitted in a single email. Late offers will be rejected except under extraordinary circumstances at DAI’s discretion.

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.

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:

  • The Offeror will certify a validity period of 60 calendar days for the prices provided.
  • Acknowledge the solicitation amendments received.
  • This request for proposals is open for national and international communication companies/firms demonstrating the required capacity and experience to deliver the work.
  • Have the required documentation, including company profile, business licenses, and tax clearance certificates.
  • Has at least five years of relevant experience performing similar work and scope. Previous experience in working with USAID projects is preferable.
  • The applicant must have SAM.gov Unique Entity ID.

Questions regarding the RFP

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 the Issuing Office as specified in the Synopsis. No questions will be answered by phone. Any verbal information received from a DAI or PCG employee or other entity shall not be considered as an official response to any question regarding this RFP.

Copies of questions and responses will be distributed in writing to all prospective bidders who are on record as having received this RFP after the submission date specified in the Synopsis.

  1. Instructions for the Preparation of Technical Proposals

Technical proposals shall include the following contents:

  1. Past Performance and experience–Provide a list of at least three (3) recent awards of similar scope and duration. The 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. Offerors should submit samples of their design work delivered in their most recent awards/assignments. Refer to Attachment E for the template.

  2. Team experience and structure– Description of the Offeror’s team assigned to the project. The proposal should describe how the proposed team members have the necessary experience and capabilities to deliver the assignment. International firms should have a presence in Somalia or demonstrate their ability to work and travel there if necessary.

  3. Offeror’s communication and media infrastructures that will help produce the expected quality communication and media outputs. This includes the tools and equipment, platforms, and approaches the company will utilize to deliver the proposed worklists.

    Services Specified

For this RFP, DAI seeks for the services described in the scope of work in Attachment A.

Technical Evaluation Criteria

Each proposal will be evaluated and scored against the evaluation criteria and evaluation sub-criteria, which are stated in the table below. Cost/Price proposals are not assigned points, but for overall evaluation purposes of this RFP, technical evaluation factors other than cost/price, when combined, are considered significantly more important than cost/price factors.

Evaluation Criteria, Maximum Points

Past Performance and experience: 35 points

Team experience and structure: 35 points

Offeror’s communication and media infrastructure and tools that will help produce the expected quality communication and media outputs: 30 points

Total Points: 100 points

Instructions for the Preparation of Cost/Price Proposals

  1. Cost/Price Proposals

Provided in Attachment C is a template for the Price Schedule, for firm-fixed price awards. Offerors shall complete the template including as much detailed information as possible.

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.

Basis of Award

  1. Best Value Determination

DAI will review all proposals, and make an award based on the technical and cost evaluation criteria stated above and select the offeror whose proposal provides the best value to DAI. DAI may also exclude an offer from consideration if it determines that an Offeror is “not responsible”, i.e., that it does not have the management and financial capabilities required to perform the work required.

Evaluation points will not be awarded for cost. Cost will primarily be evaluated for realism and reasonableness. 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 may award to an Offeror without discussions. Therefore, the initial offer must contain the Offeror’s best price and technical terms.

Responsibility Determination

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. Provide evidence of the required business licenses to operate in the host country.
  2. Evidence of a Unique Entity ID (SAM) (explained below and instructions contained in Attachment D).
  3. The source, origin and nationality of the products or services are not from a Prohibited Country (explained below).
  4. Having 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.
  5. Ability to comply with required or proposed delivery or performance schedules.
  6. Have a satisfactory past performance record.
  7. Have a satisfactory record of integrity and business ethics.
  8. Have the necessary organization, experience, accounting and operational controls and technical skills.
  9. Be qualified and eligible to perform work under applicable laws and regulations.

Anticipated post-award Deliverables

Upon award of a subcontract, the deliverables and deadlines detailed in below table will be submitted to DAI. The Offeror should detail proposed costs per deliverable in the Price Schedule. All the deliverables must be submitted to and approved by DAI before payment will be processed.

Please see detailed posting linked here: https://somalijobs.com/tenders/somalia/13105998312433806/request-for-proposals-(rfp)-for-provision-of-communication-support-services for full list of services required and additional requirements/templates for this application/posting.

Inspection & Acceptance

The designated DAI Project Manager 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 communication products submitted are of acceptable quality and standards. The offeror 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 Conditions

  1. General Terms and Conditions

Offerors 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 F.

  1. Prohibited Technology

Bidders MUST NOT provide any goods and/or services that utilize telecommunications and video surveillance products from the following companies: Huawei Technologies Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company, or any subsidiary or affiliate thereof, in compliance with FAR 52.204-25.

8.3 Source and Nationality

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

Geographic Code 935: Goods and services from any area or country including the cooperating country but excluding Prohibited Countries.

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 www.SAM.gov. 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.

8.4 Unique Entity ID (SAM)

There is a mandatory requirement for your organization to provide an Unique Entity ID (SAM)to DAI. Without an Unique Entity ID (SAM), 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 an Unique Entity ID (SAM)to DAI. Offerors who fail to provide Unique Entity ID (SAM)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 $30,000 and above are required to obtain an Unique Entity ID (SAM)prior to signing of the agreement.

All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders are required to obtain a Unique Entity ID (SAM)prior to signing of the agreement.

For more information on how to obtain a Unique Entity ID (SAM), please see Attachment D – Instructions for Obtaining an Unique Entity ID (SAM).

Anti-Corruption and Anti-Bribery Policy and Reporting Responsibilities

DAI conducts business under the strictest ethical standards to assure fairness in competition, reasonable prices and successful performance or delivery of quality goods and equipment. DAI does not tolerate the following acts of corruption:

  • Any requests for a bribe, kickback, facilitation payment or gratuity in the form of payment, gift or special consideration by a DAI employee, Government official, or their representatives, to influence an award or approval decision.
  • Any offer of a bribe, kickback, facilitation payment or gratuity in the form of payment, gift or special consideration by an offeror or subcontractor to influence an award or approval decision.
  • Any fraud, such as misstating or withholding information to benefit the offeror or subcontractor.
  • Any collusion or conflicts of interest in which a DAI employee, consultant, or representative has a business or personal relationship with a principal or owner of the offeror or subcontractor that may appear to unfairly favor the offeror or subcontractor. Subcontractors must also avoid collusion or conflicts of interest in their procurements from vendors. Any such relationship must be disclosed immediately to DAI management for review and appropriate action, including possible exclusion from award.

These acts of corruption are not tolerated and may result in serious consequences, including termination of the award and possible suspension and debarment by the U.S. Government, excluding the offeror or subcontractor from participating in future U.S. Government business.

Any attempted or actual corruption should be reported immediately by either the offeror, subcontractor or DAI staff to:

By signing this proposal, the offeror confirms adherence to this standard and ensures that no attempts shall be made to influence DAI or Government staff through bribes, gratuities, facilitation payments, kickbacks or fraud. The offeror also acknowledges that violation of this policy may result in termination, repayment of funds disallowed by the corrupt actions and possible suspension and debarment by the U.S. Government.

How to apply

Offerors wishing to respond to this RFP must submit proposals, in English, in accordance with the following instructions: https://somalijobs.com/tenders/somalia/13105998312433806/request-for-proposals-(rfp)-for-provision-of-communication-support-services and using the embedded attachments/templates. 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.

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 or liable for these costs.

Proposals are due no later than October 20, 2024, to be submitted via procurement email to pcg_submissions@dai.com. RFP number and title of the activity must be stated in the subject line of the email. Cost and technical proposals shall be submitted in a single email. Late offers will be rejected except under extraordinary circumstances at DAI’s discretion.

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.

To help us track our recruitment effort, please indicate in your email/cover letter where (tendersglobal.net) you saw this job posting.

Share

Recent Posts

Technical Specialist

Job title: Technical Specialist Company InterSystems Job description Profile SummaryThe Technical Specialist will be required…

20 mins ago

Analyst Projektfinanzierung ESG (m/w/d)

Job title: Analyst Projektfinanzierung ESG (m/w/d) Company Winfried Bungert Executive Search Job description Über uns…

45 mins ago

Assistant Planner

Job title: Assistant Planner Company Building Careers UK Job description Our client are a privately-owned,…

1 hour ago

Project Manager (m/f/d) – Monitoring, Evaluation and Learning

Job title: Project Manager (m/f/d) - Monitoring, Evaluation and Learning Company GOPA Group Job description…

2 hours ago

Graduate Geotechnical Engineers and Engineering Geologists , UK Nationwide , Summer / Autumn 2025 starts

Job title: Graduate Geotechnical Engineers and Engineering Geologists , UK Nationwide , Summer / Autumn…

2 hours ago

Computing Engineer Data Storage Systems – CERN Geneva

tendersglobal.net JOB DESCRIPTION Job Description Your responsibilities Would you like to work on large scientific…

2 hours ago
For Apply Button. Please use Non-Amp Version

This website uses cookies.