Exprimer mon avis

REQUEST FOR QUOTATIONS-Chemonics International Retour vers les opportunités


Chemonics International

Lance   Appel à candidatures

Échéance

30 Avril 2024 Il y a 2 d

Partager l'opportunité sur

Détails de l'opportunité

REQUEST FOR QUOTATIONS (RFQ)  

RFQ Number: LEAP-BDS-002  

Issuance Date: April 2, 2024 

Deadline for Offers: April 30, 2024 

Description: Business Development Services for Micro-, Small, and Medium Enterprises in  Southern Libya 

For: Libya Economic Acceleration Project (LEAP/Aqfuz) 

Funded By: United States Agency for International Development (USAID),  Cooperative Agreement No. 72067022CA00001 

Implemented By: Chemonics International Inc. 

Point of Contact: operations@libyaeap.com 

***** ETHICAL AND BUSINESS CONDUCT REQUIREMENTS ***** 

Chemonics is committed to integrity in procurement, and only selects vendors based on objective business criteria such as  price and technical merit. Chemonics expects vendors to comply with our Standards of Business Conduct, available at  https://www.chemonics.com/our-approach/standards-business-conduct/.  

Chemonics does not tolerate fraud, collusion among offerors, falsified proposals/bids, bribery, or kickbacks. Any firm or  individual violating these standards will be disqualified from this procurement, barred from future procurement  opportunities, and may be reported to both USAID and the Office of the Inspector General. 

Employees and agents of Chemonics are strictly prohibited from asking for or accepting any money, fee, commission,  credit, gift, gratuity, object of value or compensation from current or potential vendors or vendors in exchange for or as a  reward for business. Employees and agents engaging in this conduct are subject to termination and will be reported to  USAID and the Office of the Inspector General. In addition, Chemonics will inform USAID and the Office of the Inspector  General of any vendor offers of money, fee, commission, credit, gift, gratuity, object of value, or compensation to obtain  business. 

Offerors responding to this RFQ must include the following as part of the proposal submission: Disclose any close, familial, or financial relationships with Chemonics or project staff. For example, if an offeror’s  cousin is employed by the project, the offeror must state this. 

  • Disclose any family or financial relationship with other offerors submitting proposals. For example, if the offeror’s  father owns a company that is submitting another proposal, the offeror must state this.  
  • Certify that the prices in the offer have been arrived at independently, without any consultation, communication, or  agreement with any other offeror or competitor for the purpose of restricting competition. 
  • Certify that all information in the proposal and all supporting documentation are authentic and accurate. Certify understanding and agreement to Chemonics’ prohibitions against fraud, bribery and kickbacks.

Please contact Michele Bradford at mbradford@chemonics.com with any questions or concerns regarding the above  information or to report any potential violations. Potential violations may also be reported directly to Chemonics’  Washington office through the contact information listed on the website found at the hyperlink above.    

Section 1: Instructions to Offerors 

  1. Introduction: Libya Economic Acceleration Project (LEAP) is a four-year USAID-funded project  implemented by Chemonics International in the south of Libya. The goal of LEAP is to promote  economic growth and resilience in southern Libya. As part of project activities, LEAP requires the  purchase of business development services to promote the growth and efficiency of micro-,  small, and medium enterprises.  
  • The purpose of this RFQ is to solicit quotations from eligible vendors and independent  experts for as-needed, ad hoc purchases of all or some of the listed below business  development services:  

o Marketing development:  

  • Marketing strategy development 
  • Marketing training 
  • Digital marketing strategy 
  • Digital marketing training 
  • Brand development 

o Business management capacity building 

o HR capacity development 

o Enterprise Resource Planning (ERP) and management systems development o Finance and accounting capacity building.  

o Fashion design development including digital embroidery 

As a result of this RFQ, LEAP anticipates issuing a blanket purchase agreement (BPA) – or  possibly multiple BPAs – to establish specific pricing levels and parameters for ordering these  services. This will allow LEAP to issue specific purchase orders on an as-needed basis for the  procurement of these services over the next 24 months.. The vendor shall furnish the services  described in any purchase orders issued by Chemonics under this BPA. Chemonics is only obliged  to pay for services ordered through purchase orders issued under this BPA and delivered by the  vendor in accordance with the terms/conditions of this BPA.  

  

Offerors are responsible for ensuring that their offers are received by Chemonics in accordance  with the instructions, terms, and conditions described in this RFQ. Failure to adhere with  instructions described in this RFQ may lead to disqualification of an offer from consideration. 

  1. Offer Deadline and Protocol: Offers must be received no later than 5pm local Tripoli time on  April 21, 2024 by email. Any emailed offers must be emailed to procurement@libyaeap.com

Please reference the LEAP-BDS-002 in any response to this RFQ. Offers received after the  specified time and date will be considered late and will be considered only at the discretion of  Chemonics. 

  1. Questions: Questions regarding the technical or administrative requirements of this RFQ may be  submitted no later than 5pmlocal Tunisia time on April 16, 2024 by email to  procurement@libyaeap.com. Questions must be submitted in writing; phone calls will not be accepted. Questions and requests for clarification—and the responses thereto—that Chemonics  believes may be of interest to other offerors will be circulated to all RFQ recipients who have  indicated an interest in bidding.

Only the written answers issued by Chemonics will be considered official and carry weight in the  RFQ process and subsequent evaluation. Any verbal information received from employees of  Chemonics, or any other entity should not be considered as an official response to any questions  regarding this RFQ. 

  1. Scope of Work: Section 3 contains the Scope of Work for the required services and technical  qualifications that selected offeror must possess.  
  2. Quotations: Quotations in response to this RFQ must be priced on a fixed-price, all-inclusive  basis, including training delivery, logistics cost (training venue, transportation and  accommodations for the trainer, if he/she is not local) and all other costs. Prices should not  include any costs for participants’ transportation or accommodation. Pricing must be presented  in Libyan dinar if the offeror is from Libya and in TND if the offeror is from Tunisia. Offers must  remain valid for not less than forty-five (45) calendar days after the offer deadline. Offerors are  requested to provide quotations on their official quotation format or letterhead; in the event  this is not possible, offerors may complete the table in Section 3.  

In addition, offerors responding to this RFQ are requested to submit the following: 

  • Organizations responding to this RFQ are requested to submit a copy of their official  registration or business license. 
  • Individuals responding to this RFQ are requested to submit a copy of their identification  card  
  • 2-3 pages introduction to the company/individual’s areas of expertise and practice, and  description of the proposed team for companies and main clients;  
  • Contact information for at least three (3) references of past or present clients indicating  the relevant services carried out in the last three (3) years that best illustrate the company/individual’s qualifications and past performance; 
  • Narrative description of past performance for similar services.  

The price quotation must be submitted separately from above documents. All other parts of this  quotation must not make reference to pricing data in order that the technical evaluation may be  made strictly on the basis of technical merit. 

  1. Delivery: As part of its response to this RFQ, each offeror is expected to provide an estimate (in  calendar days) of the delivery timeframe (after receipt of order). The delivery estimate  presented in an offer in response to this RFQ must be upheld in the performance of any resulting  contract.  
  2. Source and Authorized Geographic Code: All services offered in response to this RFQ or supplied  under any resulting award must meet USAID Geographic Codes 935 in accordance with the  United States Code of Federal Regulations (CFR), 22 CFR §228, “Rules for Procurement of  Commodities and Services Financed by USAID,” available at:  

http://www.gpo.gov/fdsys/pkg/CFR-2012-title22-vol1/pdf/CFR-2012-title22-vol1-part228.pdf.  The cooperating country for this RFQ is Libya/Tunis Offerors may not offer or supply services or any commodities that are manufactured or  assembled in, shipped from, transported through, or otherwise involving any of the following  countries: Cuba, Iran, North Korea, Syria. 

Any and all items that are made by Huawei Technology Company, ZTE Corporation, Hytera  Communications Corporation, Hangzhou Hikivision Digital Technology Company, Dahua  Technology Company will not be accepted. If offers include items from these entities, please  note that they will be deemed not technically responsive and excluded from competition. 

  1. Taxes and VAT: The agreement under which this procurement is financed does not permit the  financing of any taxes, VAT, tariffs, duties, or other levies imposed by any laws in effect in the  Cooperating Country. No such Cooperating Country taxes, VAT, charges, tariffs, duties or levies  will be paid under an order resulting from this RFQ. 
  2. UEI Number: Companies or organizations, whether for-profit or non-profit, shall be requested to  provide a Unique Entity Identifier (UEI) number if selected to receive an award in response to  this RFQ valued greater than or equal to USD$30,000 (or equivalent in other currency). If the  

Offeror does not have a UEI number and is unable to obtain one before the submission deadline,  Offeror shall include a statement noting their intention to obtain a UEI number should it be  selected as the successful offeror or explaining why registration for a UEI number is not possible.  Contact sam.gov to obtain a number. Further guidance on obtaining a UEI number is available  from Chemonics upon request. 

  1. Eligibility: By submitting an offer in response to this RFQ, the offeror certifies that it and its  principal officers are not debarred, suspended, or otherwise considered ineligible for an award  by the U.S. Government. Chemonics will not award a contract to any firm that is debarred,  suspended, or considered to be ineligible by the U.S. Government. 
  2. Evaluation and Award: The award will be made to a responsible offeror whose offer follows the  RFQ instructions, meets the eligibility requirements, and is determined via a trade-off analysis to  be the best value based on application of the following evaluation criteria. The relative  importance of each individual criterion is indicated by the number of points below: 
  • Technical – 30 points: Responsiveness to the Scope of Work and technical requirements and personal qualifications  
  • Corporate/Individuals Capabilities – 20 points: Does the company/individual have  experience relevant to the project Scope of Work? 
  • Past Performance – 20 points: Offerors must include 3 past performance references of  similar work (under contracts or subcontracts) previously implemented as well as  contact information for the clients for which such work was completed. Contact  information must include at a minimum: the name of the point of contact who can speak  to the offeror’s performance, name and address of the company for which the work was  performed, and email and phone number of the point of contact. 
  • Budget – 30 points: Is the proposed budget fair and reasonable? Are the costs  substantiated and do they reflect market rates? 

Points will not be awarded for cost which will be primarily evaluated for realism and reasonableness.  For overall evaluation purposes of this RFQ, technical evaluation factors other than cost, when  combined, are considered significantly more important than cost factors. If technical scores are  determined to be equal or nearly equal, cost will become the determining factor.

RFQ No. LEAP-BDS-002  

Page 4 of 14  

GlobalQMS ID: 11114.3,2 December 2022 

Based on: 10844.5, 24 June 2022 

Please note that if there are significant deficiencies regarding responsiveness to the requirements of  this RFQ, an offer may be deemed “non-responsive” and thereby disqualified from consideration.  Chemonics reserves the right to waive immaterial deficiencies at its discretion. 

Best-offer quotations are requested. It is anticipated that award will be made solely on the basis of  these original quotations. However, Chemonics reserves the right to conduct any of the following: 

  • Chemonics may conduct negotiations with and/or request clarifications from any offeror  prior to award. 
  • While preference will be given to offerors who can address the full technical  requirements of this RFQ, Chemonics may issue a partial award or split the award among  various Vendors, if in the best interest of the LEAP Project.  
  • Chemonics may cancel this RFQ at any time.  
  • Chemonics may reject any and all offers, if such action is considered to be in the best  interest of Chemonics. 

Please note that in submitting a response to this RFQ, the offeror understands that USAID is not a  party to this solicitation and the offeror agrees that any protest hereunder must be presented—in  writing with full explanations—to the LEAP Project for consideration, as USAID will not consider  protests regarding procurements carried out by implementing partners. Chemonics, at its sole  discretion, will make a final decision on the protest for this procurement. 

  1. Terms and Conditions: This is a Request for Quotations only. Issuance of this RFQ does not in  any way obligate Chemonics, the LEAP Project, or USAID to make an award or pay for costs  incurred by potential offerors in the preparation and submission of an offer.  

This solicitation is subject to Chemonics’ standard terms and conditions. Any resultant award will  be governed by these terms and conditions; a copy of the full terms and conditions is available  upon request. Please note the following terms and conditions will apply: 

(a) Chemonics’ standard payment terms are net 30 days after receipt and acceptance of any  services or deliverables. Payment will only be issued to the entity submitting the offer in  response to this RFQ and identified in the resulting award; payment will not be issued to a  third party. 

(b) Any award resulting from this RFQ will be firm fixed price, in the form of a purchase order. (c) No services or commodities may be supplied that are manufactured or assembled in,  shipped from, transported through, or otherwise involving any of the following countries:  Cuba, Iran, North Korea, Syria. 

(d) Any international air or ocean transportation or shipping carried out under any award  resulting from this RFQ must take place on U.S.-flag carriers/vessels. 

(e) United States law prohibits transactions with, and the provision of resources and support to,  individuals and organizations associated with terrorism. The Vendor under any award  resulting from this RFQ must ensure compliance with these laws. 

(f) The title to any service supplied under any award resulting from this RFQ shall pass to  Chemonics following delivery and acceptance of the service by Chemonics. Risk of loss,  injury, or destruction of the goods shall be borne by the offeror until title passes to Chemonics.  

(g) The selected offeror is required to comply fully with the Mandatory Standard Provision  entitled, “Prohibition on Certain Telecommunication and Video Surveillance Services or  Equipment,” which states that U.S. government assistance funds, including direct and 

RFQ No. LEAP-BDS-002  

Page 5 of 14  

GlobalQMS ID: 11114.3,2 December 2022 

Based on: 10844.5, 24 June 2022 

indirect costs, cost share and program income, cannot be used to: (1) procure or obtain; (2)  extend or renew a contract to procure or obtain; or (3) enter into a contract (or extend or  renew a contract) to procure or obtain equipment, services, or systems that use covered  telecommunications equipment or services (“CTES”) as a substantial or essential component  of any system, or as critical technology as part of any system. This prohibition covers certain  telecommunications equipment and services, including, but not limited to, phones, internet,  video surveillance, and cloud servers, produced or provided by Huawei Technologies  Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital  Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such  entities). Chemonics may provide approval for the Subrecipient/Contractor to procure  specific CTES on a case-by-case basis if no available alternate eligible source exists. If the  Subrecipient/Contractor uses any U.S. government assistance funds to procure CTES without  written advance approval, Chemonics reserves the right to refuse reimbursement and/or  seek reimbursement from the subrecipient/contractor.  

  1. DEFENSE BASE ACT(DBA) INSURANCE:
  2. a) FAR 52.228-3 WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT INSURANCE)  (Jul 2014) [Updated by AAPD 22-01- 6-10-22]The Subcontractor shall (a) provide, before  commencing performance under this Subcontract, such workers’ compensation or security as  the Defense Base Act (DBA) (42 U.S.C. 1651, et seq.) requires and (b) continue to maintain it  until performance is completed. The Subcontractor shall insert, in all lower-tier subcontracts  authorized by Chemonics under this Subcontract to which the Defense Base Act applies, a  clause similar to this clause imposing upon those lower-tier subcontractors this requirement  to comply with the Defense Base Act. DBA insurance provides critical protection and limits on  liability. The Subcontractor shall provide a proof of DBA insurance coverage to Chemonics  upon request. Chemonics will verify coverage for, at least, projects in high-risk environments  and where Chemonics may be providing security. 

(b) AIDAR 752.228-3 WORKERS’ COMPENSATION (DEFENSE BASE ACT) [Updated by AAPD  22-01- 6-10-22] As prescribed in AIDAR 728.308, the following supplemental coverage is to  be added to the clause specified in FAR 52.228-3. 

(1) The Subcontractor agrees to procure DBA insurance pursuant to the terms of the  contract between USAID and USAID’s DBA insurance carrier unless the Subcontractor has  a DBA self-insurance program approved by the U.S. Department of Labor or has an  approved retrospective rating agreement for DBA. 

(2) If USAID or Subcontractor has secured a waiver of DBA coverage (See AIDAR 728.305- 70(a)) for Subcontractor’s employees who are not citizens of, residents of, or hired in the  United States, the Subcontractor agrees to provide such employees with worker’s  compensation benefits as required by the laws of the country in which the employees are  working, or by the laws of the employee’s native country, whichever offers greater  benefits.  

(3) The Subcontractor further agrees to insert in all lower-tier subcontracts hereunder to  which the DBA is applicable a clause similar to this clause, including the sentence,  imposing on all lower-tier subcontractors authorized by Chemonics a like requirement to  provide overseas workmen’s compensation insurance coverage and obtain DBA coverage  under the USAID requirements contract. 

(4) Contractors must apply for coverage directly to Starr Indemnity & Liability Company  through its agent, Marsh McLennan Agency (MMA), using any of the following methods:  

  1. Website. There is a website with the option to print a PDF application form and  submit it or complete an online application. The link to the website is: 

https://www.starr.com/Insurance/Casualty/Defense-Base-Act/USAID—Defense Base-Act  

  1. Email. An application form can be emailed to: USAID@marshmma.com
  2. Additional Contacts. Contacts for Starr Indemnity & Liability Company and its  agent, Marsh MMA are available for guidance and question regarding the  

required application form and submission requirements:  

– Tyler Hlawati (Starr) tyler.hlawati@Starrcompanies.com Telephone: 646- 

227-6556  

– Bryan Cessna (Starr) bryan.cessna@starrcompanies.com Telephone: 302- 

249-6780  

– Mike Dower (Marsh MMA) mike.dower@marshmma.com Telephone: 703- 

813-6513  

– Diane Proctor (Marsh MMA) diane.proctor@marshmma.com Telephone:  

703-813-6506  

For instructions on the required application form and submission requirements, please refer to AAPD  22-01. Pursuant to AIDAR 752.228-70, medical evacuation is a separate insurance requirement for  overseas performance of USAID funded subcontracts; the Defense Base Act insurance does not  provide coverage for medical evacuation. The costs of DBA insurance are allowable and reimbursable  as a direct cost to this Subcontract. 

Before starting work, the offeror must provide Chemonics with a copy of the DBA coverage policy  that covers each of its employees.

Section 2: Offer Checklist 

To assist offerors in preparation of the offer, the following checklist summarizes the documentation  to include an offer in response to this RFQ: 

□ Cover letter, signed by an authorized representative of the offeror (see Section 4 for template) 

Official quotation, including proof of technical qualifications, (see Section 3 for scope of work,  required technical qualifications, and the template to provide quotations); 

□ Copy of offeror’s registration or business license (see Section 1.5 for more details); 

□ Contact information for at least three (3) references of past or present clients indicating the  relevant services carried out in the last three (3) years that best illustrate company/individual’s  qualifications and past performance (see Section 1.5 for more details).  

□ Federal Funding Accountability and Transparency Act (FFATA) Subaward Reporting  Questionnaire, signed by an authorized representative of the offeror (see Section 5 for  questionnaire). This form shall be completed only if the value is over $30,000.  

□ Narrative description of past performance for similar services; 

□ The CV of all technical personnel with references of previous . (See Section 1.5 for more details). 

□ 2-3 pages introduction to company/individual’s areas of expertise, and description of the team  and main clients (see Section 1.5 for more details). 

Section 3: Scope of Work and Technical Qualifications 

3a. Background 

LEAP is a four-year, USAID-funded cooperative agreement implemented by Chemonics International,  Inc. The life of the project spans from October 2022 to September 2026. LEAP works with private  sector micro-, small, and medium enterprises (MSMEs) in southern Libya in the agriculture, services,  and industrial sectors, among others, to support their sustainable economic growth.  

LEAP has determined that a key constraint facing MSMEs in southern Libya is a lack of business skills  and systems to support sustainable, efficient growth. To address this gap, LEAP will undertake a  program to hire business development service providers who can work with MSMEs that have  partnered with LEAP to build their capacity in four major areas:  

  1. Marketing: 
  2. Marketing training 
  3. Marketing strategy development 
  4. Digital marketing strategy 
  5. Digital marketing 
  6. Brand development 
  7. Business management capacity building 
  8. HR capacity development 
  9. Enterprise Resource Planning (ERP) and management systems development 5. Finance and accounting capacity building

Generally, LEAP seeks to identify business development service providers (vendors) that can provide  technical assistance in the areas specified above as well as provide direct training to SME staff.  

LEAP works with SMEs throughout southern Libya. However, the majority of SMEs partnered with  LEAP operate in the major economic and population hubs of Sabha, Murzuq, Ubari, Ghat and  Algatroun. Offerors should be able to operate to all these regions. Activities and trainings should be  conducted in a location that is accessible to partner SMEs and should maximize the number of staff  that can participate. For instance, if a successful offeror is not able to deliver training or hold a  meeting with an SME on site at the business location, the offeror must provide a suitable alternative  location that is in reasonable proximity to the SME.  

3b. Objective 

The objective of this solicitation is to support LEAP partner SMEs to gain skills, knowledge, and  guidance documents that will enable them to become more competitive in regional, national, and  international markets, increasing revenue, profits, and creating new jobs.  

The specific objectives of the activity are as follows:  

– Increase management, administrative, finance, procurement and human resources capacity and  literacy of partner SMEs 

– Increase capability of partner SMEs to improve their marketing strategies and develop new ones – Enable partner SMEs to be able to create their own Entrerprise Resource Planning system 

– Enable partner SMEs to develop their business plans, promoting management and  administrative skills required to run a successful business. 

3c. Scope of Work 

The purpose of this RFQ is to engage Vendor(s) and independent expert(s) to provide business  development services to Chemonics and LEAP. LEAP is accepting quotations from business  development service providers to provide the following services to the project’s partner SMEs in  southern Libya, including Sabha, Murzuq, Ubari, Ghat and Algatroun 

Offerors should be prepared to conduct a thorough review of the partner SME (assessment), then  develop the action plan with clear deliverables in the main objective areas noted above as needed  and in consultation with LEAP and with a subsequent written request or PAR issued by LEAP, and  finally provide technical assistance on those same objective areas. Please note that not all SMEs will  require support in all areas and some firms will only receive partial support in these areas. Successful  offerors will play a critical role in helping to improve all SMEs by assessing the business’ strengths,  opportunities for improvement, and recommending possible solutions. The successful offeror must  be able to understand partner SME needs, what they wish to improve, and how to develop a  strategy to achieve these objectives that will be included in the action plans to be submitted to LEAP  as written deliverables.  

Reporting 

The vendor will regularly report on the implementation of the above activities, planning, and  scheduling. Reports will include any challenges, barriers, or lessons learned throughout  implementation. The vendor must also coordinate with LEAP’s monitoring, evaluation, and learning  plan to capture the results and impact of the above activities.  

Technical Qualifications that the selected offeror must possess: 

Offerors must have experience and success in delivering similar technical assistance. Consultants will be required to travel to the field to deliver assistance to the selected SMEs to the locations listed above. 

Offerors are required to share the CVs and education background of the consultant’s part of  the quotation submission. Consultants must be fluent in Arabic, the working language of the  selected SMEs. Any consultant that is unable to engage with SMEs will be noted as  insufficient in completing the assignment deliverable, and thus the vendor may not be able  to invoice the deliverable to LEAP.  

Offerors are required to equip consultants with training materials, laptops, projectors, and  any other equipment which is required for the delivery of the technical assistance. 

Staff assigned to these tasks must have a bachelor’s degree and a minimum three of years of  experience; staff must have completed all required certifications and licenses required by  local law and regulations.  

Experience with USAID or other donor-funded projects in Libya, especially those  implemented by for-profit international firms like Chemonics, is highly preferred.  

The table below contains the list of services under RFQ. Offerors are requested to provide  quotations containing the information below on official letterhead or official quotation format. In 

RFQ No. LEAP-BDS-002 

GlobalQMS ID: 11114.3,2 December 2022 

Based on: 10844.5, 24 June 2022 

the event this is not possible, offerors may complete this Section 3 and submit a signed/stamped  version to Chemonics. 

Line  

Item 

TA  LOEs/Days Price if the  assistance  

is in Sebha

Price if the  assistance  

is in  

Murziq

Price if the  

assistance is in  

Ubari

Price if the  

assistance is  in Ghat

Price if the  

assistance is in  Qlgatroun

Marketing training 
2 Marketing strategy  

development 

3 Digital marketing  

strategy

Brand development
5 Business management  capacity building
Human Resources  

capacity development

7 ERP and management  systems development
Finance and accounting  capacity building
Subtotal:
GRAND TOTAL [enter local currency]:

 

Offerors are required to submit an excel sheet as an annex for budget details of all amounts included  in the above table. 

Electronic deliveries shall be made by the Vendor to (insert contact information) 

Delivery time (after receipt of order): _________calendar days 

The delivery estimate presented in an offer in response to this RFQ must be upheld in the  performance of any resulting contract. 

The prices offered above remain fixed for the next 24 months: 

____Yes ____No

Section 4: Offer Cover Letter 

The following cover letter must be placed on letterhead and completed/signed/stamped by a  representative authorized to sign on behalf of the offeror:  

To: Libya Economic Acceleration Project 

Aljedded, Sabha Libya 

Reference: RFQ No. LEAP-BDS-002  

To Whom It May Concern: 

We, the undersigned, hereby provide the attached offer to perform all work required to complete  the activities and requirements as described in the above-referenced RFQ. Please find our offer attached.  

We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions  included in the above-referenced RFQ. We further certify that the below-named firm—as well as the  firm’s principal officers, and all commodities and services offered in response to this RFQ—are  eligible to participate in this procurement under the terms of this solicitation and under USAID  regulations. 

Furthermore, we hereby certify that, to the best of our knowledge and belief:  We have no close, familial, or financial relationships with any Chemonics or Libya Economic  Acceleration Project LEAP staff members. 

  • We have no close, familial, or financial relationships with any other offerors submitting offers in response to the above-referenced RFQ; and 
  • The prices in our offer have been arrived at independently, without any consultation,  communication, or agreement with any other offeror or competitor for the purpose of  restricting competition.  
  • All information in our offer and all supporting documentation is authentic and accurate. We understand and agree to Chemonics’ prohibitions against fraud, bribery, and kickbacks. 

We hereby certify that the enclosed representations, certifications, and other statements are  accurate, current, and complete. 

Authorized Signature:  

Name and Title of Signatory:  

Date:  

Company Name:  

Company Address:  

Company Telephone and Website:  

Company Registration or Taxpayer ID Number:  

Company UEI Number:  

Does the company have an active bank account (Yes/No)?  

Official name associated with bank account (for payment): 

Section 5: Federal Funding Accountability and Transparency Act (FFATA) Subaward Reporting  Questionnaire 

If the offeror is selected for an award valued at $30,000 or above and is not exempted based on a  negative response to Section 3(a) below, anyfirst-tier subaward to the organization may be reported  and made public through FSRS.gov in accordance with The Transparency Acts of 2006 and 2008.  Therefore, in accordance with FAR 52.240-10 and 2CFR Part170, if the offeror positively certifies  below in Sections 3.a and 3.b and negatively certifies in Sections 3.c and 3.d, the offeror will be  required to disclose to Chemonics for reporting in accordance with the regulations, the names and  total compensation of the organization’s five most highly compensated executives. By submitting  this quotation, the offeror agrees to comply with this requirement as applicable if selected for a  subaward. 

In accordance with those Acts and to determine applicable reporting requirements, Company Name certifies as follows: 

  1. a) In the previous tax year, was your company’s gross income from all sources above  $300,000? 

Yes No  

  1. b) In your business or organization’s preceding completed fiscal year, did your business or  organization (the legal entity to which the UEI number belongs) receive (1) 80 percent or  more of its annual gross revenues in U.S. federal contracts, subcontracts, loans, grants,  subgrants, and/or cooperative agreements; and (2) $25,000,000 or more in annual gross  revenues from U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or  cooperative agreements?:  

Yes No 

  

  1. c) Does the public have access to information about the compensation of the executives in  your business or organization (the legal entity to which the UEI number it provided belongs)  through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of  1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986?  (FFATA § 2(b)(1)):  

Yes No  

  

  1. d) Does your business or organization maintain an active registration in the System for Award  Management (SAM.gov)? 

Yes No  

I hereby certify that the above statements are true and accurate, to the best of my knowledge. Authorized Signature:  

Name and Title of Signatory:  

Date: 

LEAP-BDS-002 1

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 candidatures Publié sur Jamaity le 2 April 2024


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




Supporté par

Réseau Euromed Logo UE Logo