Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

Request For Proposals Procurement Number: Open Date: Questions Deadline: Closing Deadline: Geographical Area Restrictions: 937 Point of Contact: Background

Download as pdf or txt
Download as pdf or txt
You are on page 1of 17

International Republican Institute

1225 Eye St. NW, Suite 800


Washington, DC 20005
Phone: (202) 408-9450
www.iri.org | @IRIGlobal

REQUEST FOR PROPOSALS

Procurement Number: MENA2022T01o


Open Date: February 4, 2022
Questions Deadline: February 21, 2022
Closing Deadline: February 28, 2022
Geographical Area Restrictions: 937
Sacha Gilles, Senior Program Associate,
Point of Contact:
sgilles@iri.org

Background
The International Republican Institute (IRI) is a nonprofit, nonpartisan, organization
dedicated to advancing freedom and democracy worldwide. Since 1983, IRI has worked to
develop democratic institutions and ideals, carrying out a variety of international programs
to promote freedom, self-government and the rule of law worldwide. IRI provides technical
assistance in the areas of political party strengthening, developing civic institutions and open
elections, promoting democratic governance and advancing the rule of law.

Conduct up to six public opinion polls per year (approximately one per quarter), as well as
Focus Group Discussions (upon request), for up to three years. This solicitation is for one
year of polling and FGD research, with additional years as options (see options memo).

Qualitative and quantitative public opinion research that tracks important social, economic
and political trends and perceptions underpins IRI’s programming in Tunisia. Since March
2011, IRI has conducted over 20 nationwide public opinion polls and thousands of
interviews investigating Tunisians’ perceptions of government performance, policy, political
parties, elections, the economy, violent extremism and other timely issues. The Institute’s
polling has been featured in the New York Times, the Economist and many other news
outlets and is a valuable resource for Tunisian political leaders and decision makers.

IRI uses these polls and focus group discussions to provide Tunisian political parties,
government officials, civil society and other important stakeholders an unbiased idea of
Tunisian public opinion. IRI believes that public opinion research plays a crucial role in
democratic transitions.

IRI’s polling in Tunisia is trusted and respected for its political neutrality and scientific rigor.
It is of the utmost importance to IRI to maintain this reputation.

Period of Performance

A nonprofit organization dedicated to advancing democracy worldwide


March 1, 2022 – February 28, 2023, with the option to extend in two one-year increments
for up to 3 years total.

Statement of Work

OBJECTIVES OF THE RESEARCH: Public Opinion Polling


Public opinion data shall be obtained through a series of nationally representative surveys
of Tunisia using the highest methodological standards possible to measure indicators of:
(1) Perceptions of the current political, economic, and social situation of the country
(2) Confidence in the political process and citizen willingness or reluctance to
participate in it
(3) Priorities for economic policy and the government’s reform agenda

It is IRI’s preference that data collection for this survey is conducted through face-to-face
interviews (PAPI/CAPI). Should this be impossible or inadvisable, IRI will accept proposals
for phone interviews (CATI.)

RESEARCH TASKS
(1) General Responsibilities of Bidder. The bidder shall be responsible for the project
design and execution, including the following specific tasks:
(a) translation, formatting, pretesting, adaptation, and printing of questionnaires (PAPI)
or programming of questionnaires (CAPI/CATI);
(b) development of a Sampling Plan, to be based a multistage stratified plan
(PAPI/CAPI) or a CATI sampling methodology (CATI); list and explain any
geographic or other exclusions; the proposed Sampling Plan will be reviewed by and
any further changes agreed upon by IRI and Bidder will be incorporated;
(c) training supervisors and interviewers;
(d) arranging and supervising all aspects of fieldwork, including back-checks;
(e) entering (only if PAPI) and processing the survey data, including data cleaning and
encoding survey responses;
(f) ascertaining the representativeness of the sample and weighting the data, if
necessary;
(g) Statistical analysis of findings and writing an 3-5 page analytic report to place the
findings within the local political and other context.
(2) Questionnaire. For each of the polls, IRI will provide a draft questionnaire and the
bidder will provide input, such as a need for rephrasing certain terms for local context.
Questionnaire will be 75% identical across all polls.
IRI requests translation into Tunisian-Arabic and French translations will be reviewed and
approved by IRI.
For CAPI/CATI at least the main interview language must be programmed—only
programming in English (unless English is the main interview language) is not sufficient.
For PAPI/CAPI, the questionnaire may call for showcards, which need to be printed in all
translated languages. For PAPI/CAPI, the estimated average interview duration is 25
minutes, and for CATI the estimated average interview duration is 15 minutes.
3) Sample Design. For each of the polls, IRI requires a national sample of a minimum of
1,000 adults, age 18 or older, that is representative of the population of the survey universe
(Bidders should provide a research design for sample sizes of n=1000, n=1200, and
n=1400 with price comparisons). Planned exclusions of the population of the survey
universe (e.g. geographic, linguistic, lacking accessing to a phone etc.) must be discussed
during quotation stage.
Sample Sampling Plan for n=1,000 with 10 interviews per Sampling Point (SP)
PPS for STAGE 1 STAGE 2
Stages 1 % of # of SPs % of % of # of # of rural
and 2 country’s in populatio populatio urban SPs in
18+ district n of n of SPs in district
population district district district
urban rural
District 24% 24 100% 0% 24 0
A
District 18% 18 35% 65% 6 12
B
District 7% 7 15% 85% 1 6
C
District 20% 20 25% 75% 5 15
D
District 24% 24 75% 25% 18 6
E
District 7% 7 40% 60% 3 4
F

A detailed sampling plan shall be submitted to the IRI prior to fieldwork, including a
description of the survey coverage, allocation of the sample, description of the sampling
frame, description of any stratification criteria to be used, description of the stages of
selection and the selections methods to be used at each stage, a definition of the Sampling
Points and approximate number of interviews to be conducted within each Sampling Point,
the method to be used for selection of the respondent at the household level, an
explanation for any divergence from use of the KISH grid for respondent selection, and call-
back rules to be employed. It is assumed that the sample will be distributed in proportion
to the population of each region or other geographic unit to be surveyed; in the event that
the bidder wishes to propose a sample design departing from this principle the proposal
should describe the allocation to be used and the reasons for doing so.
For CATI, the sample shall be drawn using recognized probability methods, all the way
down to the selection of the individual respondent. In the event that any departure from
probability sampling methods is recommended by the bidder for all or any part of the
survey, the sampling methodologies to be employed shall be described in detail and a
rationale for their use shall be provided. IRI’s preferred approach to CATI is sampling list-
based, provided that recent sampling frame data exists in form of listings of all phone
numbers (landline and mobile, incl. of all major mobile phone service
providers.) Alternatively, IRI accepts an RDD approach, ideally with some stratification, e.g.
by area code. A detailed sampling methodology shall be submitted to the IRI prior to
fieldwork, including a description of the survey coverage, allocation of the sample,
description of the sampling frame, description of any stratification criteria to be used,
description of the stages of selection and the selections methods to be used at each stage,
the method to be used for selection of the respondent in case of shared phone numbers,
and call-back rules to be employed. It is assumed that the sample will be distributed in
proportion to the population of each region or other geographic unit to be surveyed; in the
event that the bidder wishes to propose a sample design departing from this principle the
proposal should describe the allocation to be used and the reasons for doing so.
(4) Pre-test. For each of the polls, the questionnaire shall be pre-tested by the bidder prior
to the commencement of any fieldwork. No less than 20 pre-test interviews shall be
conducted and in surveys with translations into multiple language, no less than 10
interviews per language. The bidder shall provide IRI with a written report of the results of
the pre-test, along with details of any problems encountered and suggested remedies, prior
to the commencement of any fieldwork.
(5) Fieldwork. Interviews shall be conducted by experienced field workers who shall be
thoroughly briefed by bidder prior to commencement of any fieldwork. Remote training
via video-conference is acceptable. The bidder shall ensure that interviewers are
thoroughly familiar with household and respondent selection procedures, call back
procedures (at least 3 attempts before substituting a selected respondent), and the
structure of the questionnaire, including routing and filtering. Interviewer training shall
include practice sessions in administering the questionnaire. All interviewers must have at
least completed secondary education and must be fully fluent (reading and speaking) in the
language(s) in which they are to administer the interviews. A minimum of 10% of
interviews shall be back checked or accompanied by a team supervisor.
For CATI, the interviews will be conducted on the phone.
Household and respondent selection must be tracked on a contact tracking sheet or
similar—this will be needed to calculate the response rate. Informed consent (oral is
acceptable unless country laws require written) must be sought prior to commencing the
interview. IRI will provide draft informed consent language to the bidder and this template
may be updated by the bidder to conform with the country’s legal requirements.
(6) Data Processing. The bidder shall be responsible for data entry with a 10% double-
punch standard (if PAPI), cleaning, and processing, including development and
implementation of a coding scheme for all open-ended questions. The bidder shall supply
data to IRI as a clean, fully labeled in English SPSS “*.sav” file with a complete data
dictionary of variable names and value labels. There shall be one data record for each
respondent and records shall be of fixed length. The bidder shall be responsible for
deriving and applying any post-stratification weights required to bring the sample into
conformity with the demographic profile of the population at the very least for gender and
age groups, as well as any additional weighting factors required to correct for
disproportionate allocation, if use. Ideally, IRI would want education groups included in
weights, and if available demographic data allows it, those without formal education will be
assigned a separately code from those with a least some primary education. If
demographic weights were to exceed a factor 1:8, this must be discussed in writing with IRI
before the weight is applied. IRI has strict upper limits on post-weighting and requires
unweighted samples already generally matching the population’s rough gender and age
distribution. For example, an unweighted sample of 65% male and 35% female would not
be accepted, even if corrected with post-weights, unless the potential for this skew is
already disclosed in the proposal.
Each record shall include a unique respondent ID number, interviewer ID number,
interview duration, Sampling Point ID number for PAPI/CAPI, landline versus mobile
phone for CATI, interview start and end times, date of interview, GPS coordinates if using
CAPI devices capable of capturing this data, and interview language if there is more than
one. Each record shall include demographic information about the respondent, including:
gender, exact age, and education level.
(7) Technical Report. When delivering data, the bidder shall provide a Technical Report
which shall include the following:
(a) CATI/CAPI/PAPI: Complete sampling methodology
(b) Details of response rates, including tabulation of unsuccessful interview
attempts, with reasons for non-response (i.e. respondent refusal, proxy refusal,
inability to locate selected respondent, etc.).
(c) A brief report on survey operations including any practical difficulties
encountered in carrying out the survey;
(d) Estimated sampling error;
(e) A complete explanation of the weighting scheme including details of how
weighting factors were developed and applied, as well as the demographic data on
which weights were based (i.e., age, gender, and education distributions in the
population);
(f) any abnormalities encountered during data QC, including but not limited to:
suspicious patterns by interviewer ID (e.g. usually fast completion rates), for CAPI
GPS coordinates not matching the selected sampling point, potential contradictions
(e.g. respondents who rate a certain politician as highly untrustworthy yet definitely
plan on voting for this person), significant data changes of indicators since the
previous poll etc.

(8) PowerPoint Presentation. For each of the polls, the bidder will provide a presentation
with a chart for every survey question. A template (already completed with historic data
for trend charts if applicable) will be provided by IRI.
(9) Summary of deliverables. For each of the polls, the Deliverables to be provided to IRI
by the bidder are as follows:
(a) Sampling Plan/ Methodology
(b) Pretest report
(c) Copies of the final questionnaire, as fielded, in English and translations
(d) A complete data set formatted as SPSS file
(e) A technical report
(f) PowerPoint Presentation

(10) Delivery Schedule. Bidder will advise IRI on a feasible timeline for completing work
on the first poll of this project as soon as possible, with the deliverables c-e listed in Section
9 above to be submitted no later than two weeks after the conclusion of fieldwork, and
deliverable f no later than one week after acceptance of the data by IRI. Currently, IRI
envisions polls to be conducted at least once per quarter. In Year 1, IRI expects to conduct
fieldwork in March 2022, June 2022, September 2022, and December 2022. Focus group
discussions may be requested following poll fieldwork.

OBJECTIVES OF THE RESEARCH: Focus Group Discussions


To further explore findings from public opinion polls, IRI may seek to conduct focus group
discussions on specific themes measured in polling, such as:
(1) Perceptions of the current political, economic, and social situation of the country
(2) Confidence in the political process and citizen willingness or reluctance to
participate in it
(3) Priorities for economic policy and the government’s reform agenda

IRI may seek to conduct FGDs with specific segments of Tunisian society, such as among
women, youth, rural populations, local elected officials, etc.

METHODOLOGY
The questions above may be addressed by a focus group study. A minimum of four groups,
each lasting approximately 90-120 minutes and attended by 8-10 participants, should take
place. At least four focus groups must take place in Tunis, although IRI prefers that at least
one additional group take place in a different city.

All participants should be:


• Between 18 and 65 years of age
• Must be recruited from different neighborhoods within the research location cities 
• Completed secondary education.
• Participants in the same focus group session may not know one another.
• No participants may have participated in a focus group or in-depth interview study
in the past 12 months.

Focus group composition:


• Among each set of sessions in the same city, groups shall be drawn using the criteria
stated in the Methodology section.

GENERAL RESPONSIBILITIES OF THE OFFEROR


IRI is recognizant of challenges associated with the Coronavirus. IRI is open to the offeror’s
recommendations in the proposal to mitigate risks. IRI will accept participant recruitment
by phone/online, and online FGDs, as long as the bidder is able to demonstrate that online
fieldwork has been carefully planned for success.
Offeror will be responsible for managing all logistical aspects of the project above and
should engage local support staff as necessary to complete the following:
• Screener. IRI will provide a draft screening questionnaire within two weeks of
contract award based on the specifications above. The Offeror will review offer edits
within three working days of receipt. Following IRI approval, the Offeror will
translate the screener into Arabic. IRI reserves the right to review the translation
prior to recruitment launch.
• Recruiting participants. Offeror will recruit all participants according to the
screening criteria listed above. At least one week prior to the start of the first focus
group session, the Offeror will provide a brief description of the composition of the
groups in terms of age, gender, occupation, etc. Offeror should recruit 8-10
participants for each group as well as 2-3 alternates in case any of the original
participants are unable to participate (online groups will have 5-7 participants
only). All participants will be required to give written informed consent to
participate in this study. IRI will provide draft informed consent language which
may be adjusted by the bidder in order to conform to any specific legal
requirements in the research country.
• Discussion guide. IRI will provide the draft discussion within four weeks of
contract award. Offeror will be welcome to offer suggestions for improvement and
is expected to format and translate the discussion guide into Arabic. IRI reserves
the right to review the translation(s.) At least one week prior to the first planned
session, the discussion guide will be piloted with a group of 8-10 pilot
participants (or 5-7 if held online) who fit the recruitment criteria. This pilot will be
moderated by the same moderator who will moderate the actual groups. The pilot
session(s) will be video (preferred) or audio recorded and the recording will be
provided to IRI. The Offeror will prepare a 1-2 page pilot report, based on a
template provided by IRI. Once IRI has reviewed the template, some modification of
the discussion guide may be required.
• Focus group moderator. Offeror will provide a trained and experienced
moderator for groups in each city. The moderators should familiarize him/herself
with the topic of discussion prior to the groups. The moderator will participate in a
training of up to 4 hours with IRI staff.
• Observation. The Offeror will provide an opportunity for IRI staff to observe the
focus group discussions remotely.
• Recording of focus group discussions. Audio and/or video record all aspects of
research necessary for full and accurate data collection, transcript generation and
inclusion of illustrative samples in the final analytical report. Offeror will film focus
groups and film should be high quality with clear sound. If participants do not
consent to videotaping, audio recordings are acceptable.
• Written summary of focus group discussions. Offeror will provide a 2-3
page written summary of the focus group discussions in idiomatic English within
one week after the final focus group session. A template will be provided by IRI.
• Transcripts. The Offeror will provide IRI with full verbatim transcripts in English of
each group that will identify each participant speaker by number or first name to
link each comment to the participant’s gender, exact age, education level, city and
occupation.
• Written analytical report. Offeror will analyze all discussions, and write and edit
final analytic report (see Deliverables) for review, editing and acceptance by IRI
within four weeks of the final focus group session. IRI will provide a report
template. The report is expected to synthesize findings across all participants and all
discussion sessions, while noting to any major differences of opinions between
participants and sessions. The report must present actual analysis (i.e. not mere
description) and illustrative quotes from participants.

DELIVERABLES
• Finalized discussion guide (incl translation where applicable)
• Proposed Participant Profile
• Written summary as specified above.
• Full transcripts of all discussions, as described above.
• Video/Audio recordings of the discussions, with clear audio. Recording should be
delivered to IRI electronically (for example via a file transfer service) or delivered to
the local IRI office.
• Analytic report of 25-30 pages in MS Word in idiomatic English, which includes a
one or two page/slide executive summary, addressing the research needs outlined
above.

Technical Proposals
All proposals submitted to IRI must include:
1. Information addressing Bidder’s experience in providing each of the services
identified in the above Statement of Work and Bidder’s proposed specific approach
for providing those services to IRI under this contract, including sufficient
information to determine a clear definition of services as it relates to other providers
that may be involved.
2. The name, address, and telephone and facsimile numbers of the Bidder (and
electronic address if available). If the Bidder is a firm, name(s) should be provided for
individuals authorized to conduct business on behalf of the firm.
3. Bidders may provide a list of up to three references for work performed of a similar
nature during the last three years, along with contact details. IRI may contact the
references to evaluate past performance.
4. If the Bidder is a U.S. organization/resident, or a foreign organization/resident which
has income effectively connected with the conduct of activities in the U.S. or has an
office or a place of business or a fiscal paying agent in the U.S., the information
submitted must contain Bidder’s Taxpayer Identification Number.
5. Proposals will not exceed 5 pages (not including cover page).
6. Proposals submitted by individuals must contain the attached Expert Service Rate
Form and a CV/resume.

Price Proposals
Bidders must propose a firm-fixed Unit Price for each of the deliverables identified below
and in the format of the table below. The Bidder’s pricing must be valid for at least 60 (sixty)
calendar days after the due date for proposal submission. The proposed Unit Price should be
fixed and inclusive of all costs to perform, including inspection services, transportation,
taxes, import duties (if any), and other levies. To the extent that a Bidder proposed to include
any pricing not reflected in the table below, such pricing must be fully described in the
proposal. Proposals must be submitted in USD Currency, payments under any resulting
contract will be made in this currency.

Insert cost Sample size Sample size Sample size


per n=1,000 n=1,200 n=1,400
interview in
USD
PAPI/CAPI
CATI
Pricing table per set of focus group discussion

Number of
Unit/Deliverable Unit Price Total
Units
Finalized Discussion
Guide (Including translation 1
where applicable)

Proposed Participant Profile


1

Pilot Report 1
Full written summaries of the
1
focus group discussions
A full written report 1

Pricing table per focus group discussion session

Deliverable Price per Session Price per Session (rest


(Tunis) of Tunisia)
Video/Audio recordings of the
discussions
Full transcripts of all
discussions

Evaluation and Award Process


1. IRI may contact any Bidder for clarification or additional information, but Bidders are
advised that IRI intends to evaluate the offers based on the written proposals, without
discussions, and reserves the right to make decisions based solely on the information
provided with the initial proposals. IRI may but is not obligated to conduct additional
negotiations with the most highly rated Bidders prior to award of a contract, and may
at its sole discretion elect to issue contracts to one or more Bidders.
2. Mathematical errors will be corrected in the following manner: If a discrepancy exists
between the total price proposed and the total price resulting from multiplying the
unit price by the corresponding amounts, then the unit price will prevail and the total
price will be corrected. If there is a discrepancy between the numbers written out in
words and the amounts in numbers, then the amount expressed in words will prevail.
If the Bidder does not accept the correction, the offer will be rejected.
3. IRI may determine that a proposal is unacceptable if the prices proposed are
materially unbalanced between line items or sub-line items. Unbalanced pricing
exists when, despite an acceptable total evaluated price, the price of one or more
contract line items is significantly overstated or understated as indicated by the
application of cost or price analysis techniques. A proposal may be rejected if IRI
determines that the lack of balance poses an unacceptable risk.
4. IRI will conduct a source selection based as follows:
IRI intends to make an award to the responsible Bidder based on the following
evaluation factors:

a) Technical evaluation, (including technical capabilities, proposed technical


approach, and personnel qualifications) – 50 percent
• Polling: Sampling Methodology & Field work quality control- 20 percent
• FGDs: Proposed technical approach- 20 percent
• Personnel qualifications (based on CVs of key personnel)- 10 percent
b) Experience in conducting public opinion polls and focus group discussions in
Tunisia - 25 percent
c) Price – 25 percent

IRI intends to evaluate Bidders’ proposals in accordance with these factors and make an
award to the responsible Bidder whose proposal is most advantageous to the program.

5. If a cost realism analysis is performed, cost realism may be considered in evaluating


performance or price.

Submission Instructions
Bids must be submitted via email to Sacha Gilles, at sgilles@iri.org with the subject line
“MENA2022T01o” by the deadline listed above.

RFP Terms and Conditions


1. Prospective Bidders are requested to review clauses incorporated by reference in the
section “Notice Listing Contract Clauses Incorporated by Reference”.
2. IRI may reject any or all proposals if such is within IRI’s interest.
3. Proof of costs incurred, such as but not limited to receipts, pictures and financial
documents, may be requested during and for up to three years after the end of the
contract period.
4. The Bidder’s initial proposal should contain the Bidder’s best offer.
5. Payment will be made upon receipt of invoices and deliverables/services.
6. Discussions with Bidders following the receipt of a proposal do not constitute a
rejection or counteroffer by IRI.
7. IRI will hold all submissions as confidential and submissions shall not be disclosed to
third parties. IRI reserves the right to share proposals internally, across divisions, for
the purposes of evaluating the proposals.
8. For any currency conversion, the exchange rate to US Dollars listed on oanda.com on
the closing date of this solicitation shall be used.
9. Every contract will contain provisions governing termination for cause and
termination for convenience.
10. By submitting a proposal, offeror agrees to comply with all terms, conditions, and
provisions included in the solicitation and agreement to the services identified above,
and will specifically identify any disagreement with or exceptions to the terms,
conditions, and provisions.
11. Offerors confirm that the prices in the proposal/proposal/application/quote have
been arrived at independently, without any consultation, communication, or
agreement with any other Bidder or competitor for the purpose of restricting
competition.
12. If IRI continues to require the goods and services and the price remains reasonable
and within market norms, resulting contract may be renewed each year for up to 3
years with 30 days’ notice to the Contractor. Bidder must establish any price increase
for each renewal year in the initial bid.
13. By applying to this RFP, applicant is certifying that if it is awarded a contract, none of
funds payable under the resulting contract will be used to (1) procure or obtain,
extend or renew a contract to procure or obtain; (2) enter into a contract (or extend
or renew a contract) to procure; or (3) obtain the equipment, services, or systems
that uses covered telecommunications equipment or services as a substantial or
essential component of any system, or as critical technology as part of any system in
compliance with the National Defense Authorization Act. Covered
telecommunications equipment and services mean any of the following:
i. Telecommunications equipment produced by Huawei Technologies Company
or ZTE Corporation (or any subsidiary or affiliate of such entities).
ii. For the purpose of public safety, security of government facilities, physical
security surveillance of critical infrastructure, and other national security
purposes, video surveillance and telecommunications equipment produced by
Hytera Communications Corporation, Hangzhou Hikvision Digital Technology
Company, or Dahua Technology Company (or any subsidiary or affiliate of
such entities).
iii. Telecommunications or video surveillance services provided by such entities
or using such equipment.
iv. Telecommunications or video surveillance equipment or services produced or
provided by an entity that the Secretary of Defense, in consultation with the
Director of the National Intelligence or the Director of the Federal Bureau of
Investigation, reasonably believes to be an entity owned or controlled by, or
otherwise connected to, the government of a covered foreign country. (2 CFR
200.216).
14. Bidders agree to disclose as part of the proposal submission:
o Any close, familial, or financial relationships with IRI staff and agents. For
example, the Bidder must disclose if a Bidder’s mother conducts volunteer
trainings for IRI.
o Any family or financial relationship with other Bidders submitting proposals.
For example, if the Bidder’s father owns a company that is submitting another
proposal, the Bidder must state this.
o Any other action that might be interpreted as potential conflict of interest.

Notice Listing Contract Clauses Incorporated by Reference


IRI is required to make the contractor subject to certain flowdown clauses of the prime
award. This awarded contract will incorporate one or more clauses by reference, with the
same force and effect as if they were given in full text. Where “flow-down” to the contractor
is applicable, references to “USAID/Department of State” shall be interpreted to mean “IRI”,
“Recipient” to mean “Contractor”, and “Subrecipient” to mean “lower-tier subcontractor.”
Included by reference are the applicable provisions contained in Appendix II to 2 CFR Part
200 and USAID Standard Provisions for Non-US Non-governmental Organizations/US
Department of State Standard Terms and Conditions.
IRI Obligations
Issuance of this RFP does not constitute an award commitment on the part of IRI, nor does it
commit IRI to pay for costs incurred in the preparation and submission of a proposal or
quotation.

Required Certifications
The following certificates need to be signed by all Bidders. These certifications are an
integral part of the quotation/proposal. Please print them off and send back to us with your
proposal after signature on each certificate. They are:
• Certification regarding debarment, suspension, ineligibility and voluntary exclusion
lower tier covered transactions
• Authorized Individuals
• Certification Regarding Lobbying
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS

This certification implements Executive Order 12549, Debarment and Suspension and the
requirements set forth in 2.C.F.R. 180, Subpart C.”

Copies of the regulations may be obtained by contacting the person to which this proposal is
submitted.

1. By signing and submitting this proposal/application/quote, the prospective lower


tier participant is providing the certification set out below.
2. The certification in this clause is a material representation of fact upon which reliance
was placed when this transaction was entered into. If it is later determined that the
prospective lower tier participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government, the department or
agency with which this transaction originated may pursue available remedies,
including suspension and/or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the
person to which this proposal/application/quote is submitted if at any time the
prospective lower tier participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed circumstances.
4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier
covered transaction," "participant," "person," "primary covered transaction,"
"principal," "proposal," and "voluntarily excluded," as used in this clause, have the
meanings set out in the Definitions and Coverage sections of the rules implementing
Executive Order 12549.
5. The prospective lower tier participant agrees by submitting this
proposal/application/quote that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier covered transaction with
a person who is debarred, suspended, declared ineligible, or voluntarily excluded
from participation in this covered transaction, unless authorized by the IRI.
6. The prospective lower tier participant further agrees by submitting this
proposal/application/quote that it will include the clause titled "Certification
Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier
Covered Transactions," without modification, in all lower tier covered transactions
and in all solicitations for lower tier covered transactions.
7. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred, suspended,
ineligible, or voluntarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method and frequency by
which it determines the eligibility of its principals.
8. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render in good faith the certification required by this
clause. The knowledge and information of a participant is not required to exceed that
which is normally possessed by a prudent person in the ordinary course of business
dealings.
9. Except for transactions authorized under paragraph 5 above, if a participant in a
covered transaction knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies available to the Federal
Government, the department or agency with which this transaction originated may
pursue available remedies, including suspension and/or debarment.

1. The prospective lower tier participant certifies, by submission of this proposal, that
neither it nor its principals are presently debarred, suspended, proposed for
disbarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an
explanation to this proposal.

Signature: ____________________________
Date: ____________________________
Name: ____________________________
Title/Position: ____________________________
Entity Name: ____________________________
Address: ________________________________________________________
Authorized Individuals
The offeror/bidder/applicant represents that the following persons are authorized to
negotiate on its behalf with IRI and to bind the recipient in connection with this
procurement:
Name Title Telephone Email

Signature: ____________________________
Date: ____________________________
Name: ____________________________
Title/Position: ____________________________
Entity Name: ____________________________
CERTIFICATION REGARDING LOBBYING

The undersigned certifies, to the best of his or her knowledge and belief, that:

1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of Congress,
or an employee of a Member of Congress in connection with the awarding of any
Federal contract, the making of any Federal Cooperative Agreement, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment or modification of any Federal contract, grant,
loan, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned must complete and submit Standard Form-
LLL, “Disclosure of Lobbying Activities,” in accordance with its instructions.
3. The undersigned must require that the language of this certification be included in
the award documents for all subawards at all tiers (including subcontracts,
subgrants, and contracts under grants, loans, and cooperative agreements) and that
all subrecipients must certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by section 1352, title 31, United States
Code. Any person who fails to file the required certification will be subject to a civil penalty
of not less than $10,000 and not more than $100,000 for each such failure.

Signature: ____________________________
Date: ____________________________
Name: ____________________________
Title/Position: ____________________________
Entity Name: ____________________________
Address: ________________________________________________________
EXPERT RATE INFORMATION
Name (Last, First, Middle) Proposed Rate: Daily Hourly

Rates should be given for the last three (3) years. If employment history/salary information is applicable, list salaries separate for
each year. If expert services is applicable, indicate the type of rate daily/hourly.

EMPLOYMENT HISTORY - SALARY


EMPLOYER’S NAME AND ADDRESS Employment Period (M/D/Y) Annual Salary 1
POSITION TITLE
POINT OF CONTACT &TELEPHONE # From To U.S. Dollars

SPECIFIC EXPERT SERVICES

CLIENTS NAME AND ADDRESS Service Period (M/D/Y) Units at Daily/Hourly


SERVICES PERFORMED/TITLE
POINT OF CONTACT &TELEPHONE # From To Rate Rate 2 In U.S.
Dollars

CERTIFICATION: To the best of my knowledge, the above facts as stated are true and correct.
Signature Date

1
Basic periodic payment for services rendered. Exclude bonuses, profit-sharing arrangements, commissions, consultant
fees extra or overtime work payments, overseas differential or quarters, cost of living or dependent education allowances.

2
A form of management fee whereby the client pays a set fee for providing professional services. Exclude cost reimbursements,
bonuses, overtime work payments, overseas differential or quarters, cost of living, and any other allowances.

You might also like