Exprimer mon avis

Consultant -IRI Retour vers les opportunités


International Republican Institute

Lance   Appel à consultants

Échéance

04 Décembre 2020 Il y a 3 years

Partager l'opportunité sur

Détails de l'opportunité

Procurement Number: MENA2020T12o 

Open Date: November 13, 2020 

Questions Deadline: November 20, 2020 

Closing Deadline: November 23, 2020 

Geographical Area Restrictions: 937 

Point of Contact: Sacha Gilles, 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.  

Period of Performance 

November 2020 – February 28, 2020 

Statement of Work 

IRI is seeking a consultant to draft a baseline evaluation report for its’ CEPPS-funded Tunisia  Political Transitions Project. The evaluation will inform IRI’s work on supporting civil  society, civic education initiatives, and political party development in Tunisia. To do so the  consultant will: 

  • Participate in three meetings (in person or teleconference) with the data collection  team 

1) To receive background information and necessary context and provide  feedback on the evaluation methodology and Scope of Work and finalize next  steps and timeline to complete the work. 

2) To provide an update to the data collection team on progress halfway through  the coding and analysis work. 

3) To review and discuss the suggested key findings with the data collection  team. 

  • Review all data collected through interviews, surveys, and focus group discussions.  The data includes transcripts, notes, and recordings from approximately 20-25  interviews. 
  • Clean and organize all data collected into easy to read and navigate format using  either Microsoft Word or Excel.  
  • Work with the data collection team (based in DC) to develop codes for the initial data  analysis process. The consultant will first provide a list of suggested codes, based on  an initial review of the data. The consultant will then share the suggested codes with  the data collection team and will engage in conversation about the codes, ultimately  coming to a decision on the final codes that will guide the data analysis process.  
  • Conduct initial analysis of the data, suggest key findings based on that analysis and  provide the suggested key findings in a written format to the data collection team.  Use and closely follow all templates and style guides provided by IRI.  Provide an outline of the final report.  
  • Draft a full evaluation report.  
  • Contact the data collection team and other program team members anytime  questions arise.  

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 must contain  
  7. CV/resume 
  8. Writing sample taken from a report demonstrating evaluation and data  analysis experience 

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, payments under any resulting contract will  be made in this currency.

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: 

Best value: 

IRI intends to make an award to the responsible Bidder based on the following evaluation factors: 

  1. a) Technical evaluation, (including technical capabilities, proposed  technical approach, and personnel qualifications) – 80 percent 
  • Writing skills in English (based on evaluation of writing sample) – 40 percent 
  • Experience performing similar projects – 40 percent 
  1. b) Price – 20 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. 

  1. 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  “MENA2020T12o” 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. 
  5. 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.  
  6. For any currency conversion, the exchange rate to US Dollars listed on oanda.com on  the closing date of this solicitation shall be used.  
  7. Every contract will contain provisions governing termination for cause and  termination for convenience. 
  8. 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. 
  9. 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. 
  10. 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: 

  1. Telecommunications equipment produced by Huawei Technologies Company  or ZTE Corporation (or any subsidiary or affiliate of such entities). 
  2. 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. 

  1. 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). 
  2. 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.

L'opportunité a expiré

Cette opportunité n'est malheureusement plus disponible sur Jamaity. Visitez régulièrement la rubrique opportunités pour ne plus en rater.

Suivez Jamaity sur LinkedIn


Obtenez Jamaity Mobile dès maintenant

Jamaity Mobile Promo

Appel à consultants Publié sur Jamaity le 16 November 2020


Découvrez encore plus d'opportunités sur Jamaity en cliquant sur ce lien.




Supporté par

Réseau Euromed Logo UE Logo