Request for Proposals: Selection of a Vendor to Provide Services for a Digital Marketing Campaign
  • /
Skaduar
USAID Kosovo Compete Activity
Prishtinë
Te tjera
Përshkrimi

Request for Proposals

Solicitation No. RFP #011

Title: Selection of a Vendor to Provide Services for a Digital Marketing Campaign

Issue Date: 08 April, 2024

Closing Date: 24 April, 2024

Questions Due: 17 April, 2024

Closing Time: 17hrs (5 pm) Kosovo time

Subject: USAID Contract No. 72016720C00001

USAID/Kosovo Compete Activity

DT Global, the implementer of the USAID/Kosovo Activity under USAID Contract No. 72016720C00001, invites proposals for Selection of a Vendor to Provide Services for a Digital Marketing Campaign as described in Attachment I “Statement of Work.”

The period of performance for this activity anticipates commencing on May 2024 and ending August 2024. The issuance of a subcontract is subject to availability of funds, successful negotiation of the subcontract terms and budget, and reception of USAID’s Contracting Officer subcontract consent, if required. The Contract resulting from this award is envisioned to be a firm fixed-price contract.

DT Global encourages your organization to indicate its interest in this procurement by submitting a proposal in accordance with the instructions in Attachment II “Instructions to Offerors”. Proposals will be evaluated based on the evaluation criteria established in Attachment III of this solicitation. An award will be made to the Offeror whose proposal represents the best value to the project after evaluation in accordance with the criteria stated in the solicitation.

To be considered under the solicitation process, the Offeror should submit a complete proposal by the means indicated herein no later than the closing date and time indicated above. Offerors should ensure that the proposals are well written, easy to read and follow, and contain only the requested information.

Proposals should be submitted electronically via email to:

USAID Kosovo Compete Activity Procurement Team

Email: [email protected]

The solicitation number above must also be mentioned in the subject of the email.

All questions relating to this solicitation must be submitted electronically via email to:

Procurement Team at [email protected] , no later than April 17, 2024 at 17hrs (5 pm) Kosovo time. Unless otherwise notified by an amendment to this RFP, no questions will be accepted after this date. No questions/clarifications will be entertained if received by means other than the specified email address. The solicitation number should be stated in the subject. If you are planning to submit a proposal, it is imperative to confirm receipt of this solicitation by email to [email protected] in order to be included on the solicitation mailing list to receive answers to questions and any future amendment(s).

Proposals must be submitted separately via two different emails. The first email shall include the technical proposal as an attachment and should be named “Technical Proposal” and the second email shall include the cost/business proposal and should be named “Business Proposal.”

Attachments:

  • Attachment I Statement of Work
  • Attachment II Instructions to Offerors
  • Attachment III Evaluation Criteria
  • Attachment IV Prime Contract Flow-Down Clauses


ATTACHMENT I

STATEMENT OF WORK

Purpose:

The USAID Kosovo Compete Activity seeks to identify a qualified service provider in digital marketing and communication to conduct a digital marketing campaign for the University of Prishtina, Faculty of Electrical and Computer Engineering, Department of Information Communications and Technologies (ICT). Formerly known as the Department of Telecommunications, the Department of ICT has recently undergone comprehensive changes in both its curriculum and organizational structure. In light of these changes, the department aims to conduct a digital campaign to inform future cohorts about its programs and the career opportunities within the industry. To facilitate this initiative, the USAID Kosovo Compete Activity is supporting the department by procuring services that will enhance these communication efforts, aligning them with the specific needs and objectives of the department.

Background:

The USAID Kosovo Compete Activity (hereinafter “USAID Compete”, “Compete”, or “Activity” is a five-year project implemented by DT Global, in consortia with Recura Financials and US-based Canopy Lab, that aims to promote resilient, self-sustaining market systems, and facilitate the private sector’s improved competitiveness in local, regional, and global markets. USAID Compete works to empower firms, organizations, and institutions to improve market systems in three key export-oriented sectors (Information and Communications Technologies (ICT), wood processing, and food processing) and sustainably increase their competitiveness. By working to address constraints across the system, USAID Compete will enable scalable and systemic change to occur, stimulating job creation and the private sector’s increased ability to engage in local, regional, and international markets. The expected results of the Activity across all three sectors are 1) market systems are strengthened to increase sector competitiveness and 2) market actors within those market systems are more productive and competitive.

USAID Compete Activity’s work in all of its focus sectors is organized along five functional areas:

Functional areas Description
Market Access Facilitate market links between local companies and regional/international markets.
Diversified Finance Support diversification of available financial products for local exporters.
Business Sophistication Facilitate improvement of in-company management systems, structures, and tools.
Skills Development Support the improvement of provision of industry-relevant skills.
Supporting Business Environment Facilitate the improvement of capacities of relevant institutional actors, associations, and service providers to deliver improved services.

Scope of Work:

Offeror should address how it intends to carry out the Statement of Work. It should also demonstrate a clear understanding of the work to be undertaken and of the responsibilities of all parties involved.

  1. Develop and implement a communication strategy for the Department of ICT, including:
  • Identifying specific communication objectives of the department.
  • Clearly defining the target audience of the department and their communication preferences.
  • Defining key messages to be transmitted to the target audience, highlighting the value of the ICT department, impact on career, job prospects, research opportunities, and related aspects.
  • Determining the optimal timeline to ensure messages and content are delivered for maximum impact.
  • Identifying and selecting the right internal and external communication channels to effectively reach and engage the target audience.
  • Planning and producing a content strategy that includes a mix of informative and engaging content, to increase online visibility and drive web traffic. This could involve showcasing success stories of alumni, career opportunities, faculty research, Q&A sessions, info-sessions, and announcements about new programs or partnerships.
  • Establishing measurement tools, communication analytic pools, and ways to gather feedback on the success of the communication strategy.
  1. Develop and execute a social media and SEO strategy, including:
  • Together with the Department of ICT counterparts, identify the social media platforms most relevant to the target audience.
  • Develop a comprehensive and consistent content dissemination calendar (including texts, images, videos). The detailed plan can include paid advertising to augment reach and target specific demographics, with consideration for the allocated budget of no more than 4,000 EUR.
  • Integrate a Google ads campaign, to enhance online visibility and engagement.
  • Track performance metrics (including but not limited to likes, shares, and clicks) and adjust strategy accordingly to ensure optimal performance.
  1. Video Production
  • Propose a concept and produce 5 short videos to capture success stories and beneficiary testimonials, for dissemination through social media. Interview the direct beneficiaries (students/alumni) as necessary.
  • Propose a concept and produce 2 short motion design or other relevant types highlighting general information about the program and showcasing core module introductions.

The audio-visual services should be provided of a professional standard quality (broadcast quality). The company should provide the technical equipment needed for the production. The video productions should have the following technical specification:

  • Format: Full HD resolution 1920 | 1080
  • Duration: up to 30 seconds
  • Audio simple rate: 48 Khz
  • Subtitle: Albanian or Serbian for Social Media
  • Frame Rate: 25| Frames| Second

USAID Kosovo Compete Activity and Department of ICT staff will provide all information needed to accomplish the scope of work including branding guidelines, among others.

Outputs and Deliverables:

  1. The design and implementation of a communication strategy detailing communication objectives, key messages, target audience, content plan, communication channels, timeline, and tools to measure engagement and strategy success.
  2. The design and implementation of a social media and SEO strategy, including a content dissemination calendar that can include a paid advertising plan, and an integrated Google ads campaign.
  3. Concept proposal and production of 5 short videos showcasing success stories and alumni testimonials.
  4. Concept proposal and production of 2 short videos providing general information regarding the program and showcasing core module introductions.

Timeline

The timeframe for conducting the activities mentioned above is May-August 2024.

Attachment II

INSTRUCTIONS TO OFFERORS

General Instructions

These Instructions to Offerors will not form part of the offer or of the Subcontract. They are intended solely to aid Offerors in the preparation of their proposals.

  • This is a full and open competition open to legally registered Kosovo for-profit, non-for-profit and non-governmental organizations (NGOs). Consortia-based applications are allowed.
  • The proposals, and all corresponding documents related to the proposal must be written in the English language unless otherwise explicitly allowed.
  • No costs incurred by the Offerors in preparing and submitting the proposal are reimbursable by DT Global. All such costs will be at the Offeror’s expense.
  • Proposals and all cost and price figures must be presented in Euro. All prices should be net of Host Country VAT and customs duties. The services provided under this contract are funded by the U.S. Government and shall be exempt from Host Country taxes, import and other fees, as stipulated in the bilateral agreement between the U.S. Government and Government of Kosovo. The subcontractor shall obtain prior written approval by DT Global before making any VAT payments. Awards and payments made to Kosovo firms will be in local currency.
  • The Offeror must state in its Proposal the validity period of its offer. The minimum offer acceptance period for this RFP is 60 days after closing date of the RFP. Offers with a shorter acceptance period will be rejected. This RFP in no way obligates DT Global to award a subcontract.
  • Responsibility Determination: Award shall only be made to “responsible” prospective Offerors. To enable DT Global to make this determination, the Offeror must briefly describe in the Attachment Section of the proposal that it:
  • has adequate financial resources including appropriate insurance coverage to perform the work stated herein, or the ability to obtain them;
  • is able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments;
  • has a satisfactory performance record;
  • has a satisfactory record of integrity and business ethics;
  • has the necessary technical capacity, equipment and facilities, or the ability to obtain them; and
  • is otherwise qualified and eligible to receive an award under applicable laws and regulations.
  • Eligibility of Firms – Source /Nationality: The authorized geographic code for the source and nationality of the goods, services, and suppliers under Compete Activity contracts is 937. 937 requires that goods and services be acquired from the United States, cooperating country, and developing countries other than advanced developing countries but excluding any country that is a prohibited source. A full discussion of the source and nationality requirements maybe found at 22 CFR 228. Offerors whose proposals fail to meet the nationality requirements will be considered non-responsive.
  • NDAA Section 889 Compliance. Section 889 of John S. McCain National Defense Authorization Act for Fiscal Year 2019 (NDAA) prohibits the U.S. Government and its contractors from (1) procuring or obtaining any equipment, system, or services that uses covered telecommunications equipment or services and (2) enter into a contract (or extend or renew a contract) with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services. A full discussion of the prohibitions can be found at FAR 52.204-25. To be eligible for award the offeror must complete and sign the representation in Attachment IV.
  • In addition to the above and to comply with the Kosovo local laws, Offerors must be licensed and authorized to conduct business in Kosovo.
  • Late Offers: Offerors are wholly responsible for ensuring that their offers are received in accordance with the instructions stated herein. DT Global reserves the right to reject any offer not submitted by the indicated deadline, even if it was late as a result of circumstances beyond the Offeror's control.
  • Modification/Withdrawal of Offers: Offerors have the right to withdraw, modify or correct their offer after such time as it has been emailed to DT Global; at the email address stated above and provided that the request is made before the RFP closing date.
  • Disposition of Proposals: Proposals submitted in response to this RFP will not be returned. Reasonable efforts will be made to ensure confidentiality of both Business and Technical Proposals received from all Offerors. This RFP does not seek information of a highly proprietary nature but if such information is included in the Offeror’s proposal, the Offeror must alert DT Global and must annotate the material by marking it “Confidential and Proprietary” so that these sections can be treated appropriately.
  • Regardless of the method used in the submission of the proposal, the Technical Proposal and Business Proposal must be kept separate from each other. Technical Proposals must not make reference to cost or pricing data in order that the technical evaluation may be made strictly on the basis of technical merit.
  • Clarification and Amendment to the RFP:
    • Any question raised regarding this solicitation should be received no later 5 pm Kosovo time on April 17, 2024. All questions must be in writing, emailed to the email address specified in the cover letter. No questions/clarifications will be entertained if they are received by means other than the aforementioned email address. The solicitation number should be stated in the subject line. Responses to questions received will be compiled and emailed to potential Offerors.
  • If Offeror intends to submit a proposal in response to this solicitation and wishes to receive any updates thereto, Offeror is encouraged to confirm receipt of this solicitation by email to the email address specified in the cover memo.
  • Offeror’s email message should state in the subject the solicitation number. Also, the email should include the name of your organization, the name of contact person, email address and telephone number.
  • DT Global anticipates that discussions with Offerors will be conducted; however, DT Global reserves the right to make award without discussions. Therefore, it is strongly recommended that Offerors present their best offer as their initial submission.
  • DT Global may waive informalities and minor irregularities in proposals received.

Submission of Proposal:

  • Proposals must be submitted in an electronic format as an email attachment, sent to the email address specified in the cover letter, no later than the date and time specified in the cover letter.
  • The email should state the solicitation number in the subject line.
  • The file attachment should be in a format that can be opened by one of the following applications: PDF, MSWord, MS Excel, MS Power Point. The submission of attachments in any other format may result in disqualifying the offer.
  • Please note that the DT Global email server has a limitation of 20MB for the total attachments per single email. It is strongly recommended that the size of ALL attachments per a single email be less than 20MB.
  • The technical proposal and business proposals should be submitted in two separate emails. The first should be named “Technical” and the second is named “Cost/Business.” If the submission will be through several emails, then the emails should be sequentially numbered indicating the total number of emails that will be submitted (example 1/4, 2/4, 3/4 and 4/4).

Content of Proposal:

The proposal shall consist of five (5) sections. 1) The Cover Page-Technical, 2) The Technical Proposal, 3) The Cover Page-Cost, 4) the Cost/Business Proposal; and 5) The Attachments

  1. The Cover Page-Technical:

The cover page should be on the Offeror’s letterhead and MUST contain the following information:

  • Solicitation Number
  • Company’s Name:
  • Company’s Address
  • Name of Company’s authorized representative
  • Telephone No, Cellular Phone #, Email address
  • Validity of Proposal
  • Signature, Date and time
  1. Technical Proposal:

The technical proposal shall describe how the Offeror intends to carry out the statement of work. It will also address the Offeror’s corporate capabilities to carry out the work and the extent to which the Offeror has a demonstrated ability to provide the required services.

The Offeror will also include the resumes of all proposed personnel. The Offeror shall provide information about past performance implementing similar work globally, and most particularly, in Kosovo within the last 3 years. Capacity to undertake the technical and administrative backstopping of all interventions described in the Scope of Work. Offeror should also provide detailed description of existing facilities in Kosovo.

The technical proposal should be divided into three sections following the same order of the technical evaluation criteria mentioned in Attachment III. Failure to respond to any section will be the basis for disqualification of the Offeror from further consideration.

  1. The Cover Page - Cost/Business:

The cover page should be on the Offeror’s letterhead and MUST contain the following information:

  • Solicitation Number
  • Company’s Name:
  • Company’s Address
  • Name of Company’s authorized representative
  • Telephone No, Cellular Phone #, Email address
  • Total Proposed Price
  • Validity of Proposal
  • Acceptance of Tax Withholding Statement
  • Data Universal Numbering System number (if available) and Tax Identification Number
  • Name and address of Government Audit Agency and name and

phone number of the auditor

• A valid business license or Registration Certificate

  • Signature, Date and time
  1. The Cost/Business Proposal:

As stated earlier, the cost proposal shall be submitted separately from the technical proposal. The budget will present the cost for performing the work specified in this solicitation. A template is provided for the pricing as Annex 1. At a minimum, the cost proposal will include the following information:

  • A detailed cost break-down of the proposed budget to the maximum extent practical using the template provided.
  • A detailed and comprehensive budget narrative explaining the basis for the cost estimates.
  • Contractor Employee Biographical Data sheet (USAID 1420-17) for each individual presented in the proposal. The Form has to be duly signed by the individual and the Offeror. See Annex 2 for the form AID 1420-17.
  • Negotiated Indirect Rate Agreement (NICRA) or other documentation from its cognizant audit agency, if any, stating the most recent provisional indirect cost rates.
  • If Offeror does not have a cognizant audit agency, the Offeror must provide audited balance sheets and profit & loss statements for the last two complete years and current year-to-date; and
  • The most recent two fiscal year pool and base cost compositions along with derived rates, the bases of allocation of these rates and an independent certified audit by a certified accounting firm of these rates.
  1. Attachments

This section will include any information or document that was not listed in the above sections and the Offeror finds necessary to include in the proposal. In this section, the Offeror will also include the information that will assist DT Global to determine the Offeror’s responsibility. The following documents may be submitted with the proposal:

  • Current copy of the business registration (front and back)
  • Proof of good standing with the Kosovo Revenue Department
  • Proof that there are no outstanding tax liabilities with the Kosovo Government that could lead to company being unable to provide services as set out in the RFP
  • Visa and work permit policy
  • Proof of medical insurance coverage for staff
  • Completed and signed NDAA Representation Form (see Annex IV)

This solicitation in no way obligates DTG Global to award a subcontract, nor does it commit DT Global to pay any costs incurred in preparation and submission of a proposal in response to the RFP. Furthermore, DT Global reserves the right to reject any and all offers if such action is in the best interest of DT Global.

Instructions for the Preparation of the Cost/Business Proposal

The subcontract type will be a Firm Fixed Price Subcontract.

A Firm Fixed Price Subcontract is: An award for the provision of specific services, goods, or deliverables and is not adjusted if the actual costs are higher or lower than the fixed price amount. Offerors are expected to include all costs, direct and indirect, into their total proposed price.

The Offeror must provide a completed budget in the template provided. If an Excel file, it should not be ‘read only’ or ‘protected’ The proposal must include any necessary supporting information to substantiate proposed costs. The Offerors must submit a detailed budget narrative that supports and clarifies item for item the cost estimates proposed in its budget. Narratives for the individual cost items must provide a discussion of any estimated escalation rates where applicable. Estimated costs proposed to exceed ceilings imposed by USAID or Federal procurement policy must be fully explained and justified.

ATTACHMENT III

EVALUATION CRITERIA

TECHNICAL PROPOSAL EVALUATION

Proposals will be evaluated according to the criteria stated herein. The relative importance of each individual criterion is indicated by the number of points assigned thereto. A total of 100 points is the maximum possible technical score for each proposal. The evaluation criteria serves to: (a) identify the significant factors which the Offeror should address in their proposal under each section and (b) set the standard against which all proposals will be evaluated.

Technical Approach (50 Points):

The proposal demonstrates a full understanding of the work that needs to be performed under the SOW, as well as a clear, straightforward approach to achieving the activity objective.

Capabilities (25 Points):

Clarity and effectiveness of the organizational and staffing plan, demonstrating the necessary mix of skills and experience.

Past Performance (25 points)

A proven track record of implementing similar activities to those outlined in the scope of work.

COST PROPOSAL EVALUATION

Evaluation scores are not assigned for cost. The review of the cost proposal shall include cost realism. This process will include a review of the cost portion of the Offeror’s proposal to determine if the overall costs proposed are reasonable and realistic for the work to be performed, if the cost reflects that the Offeror understands the requirements, and if the costs are consistent with the technical part of the proposal. Cost proposals providing more direct funding towards the program instead of administrative costs will be reviewed favorably in the best value determination. Offerors must use the costing template provided as Annex 1.

Evaluation of cost proposals will consider, but not be limited to, the following:

  • Cost realism and completeness of cost proposal and supporting documentation.
  • Overall cost control evidenced in the proposal such as avoidance of excessive salaries, competitive procurement of subcontracts, excessive cost of management oversight and other costs in excess of reasonable requirements.
  • Amount of proposed fee, if any.
  • Cost efficiency of proposed Other Direct Costs (ODCs).

Bidders are reminded that DT Global is not obligated to award a negotiated subcontract based on lowest proposed cost or to the bidder with the highest technical evaluation score. DT Global will make award to the bidder whose proposal offers the best value to the Compete Activity program considering both technical and cost factors. When competing technical proposals are considered essentially equal then cost will become the determining factor.

ATTACHMENT IV

REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT

(a) Prohibitions.

Section 889(a) of the John S. McCain National Defense Authorization Act (NDAA) for Fiscal Year 2019 (Pub. L. 115-232) prohibits the U.S. Government and any of its contractors and subcontractors from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service 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.

(b) Definitions:

Covered foreign country means The People’s Republic of China.

Covered telecommunications equipment or services means telecommunications equipment produced 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)

Critical technology means defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled- (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or (ii) For reasons relating to regional stability or surreptitious listening; Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817).

Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third-party audit.

Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service.

(c) Representation. After conducting a reasonable inquiry Subcontractor represents that it [ ] will or [ ] will not provide covered telecommunications equipment or services to DT Global in the performance of any contract, subcontract, order, or other contractual instrument resulting from this contract. This representation shall be provided as part of the proposal and resubmitted on an annual basis from the date of award.

(d) Disclosures. If the Subcontractor has responded affirmatively to the representation in paragraph (c) of this clause, the Subcontractor shall provide the following additional information to DT Global:

(1) List of all covered telecommunications equipment and services offered or provided (Entity name, brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);

(2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;

(e) Reporting requirement.

(1) In the event the Subcontractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Subcontractor is notified of such by a subcontractor at any tier or by any other source, the Subcontractor shall report the information in paragraph (d)(2) of this clause to DT Global.

(2) The Subcontractor shall report the following information pursuant to paragraph (d)(1) of this clause

(i) Immediately upon such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.

(ii) Within 5 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Subcontractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.

(f) 2nd Tier Subcontracts. The Subcontractor shall insert the substance of this clause, including this paragraph (f), in all 2nd Tier subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items.

(g) SAM Verification. The Subcontractor shall regularly review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) to identify entities excluded from receiving federal awards for “covered telecommunications equipment or services”.

Contract/Subcontract No.: _________________

Signature: _____________________________

Date: _________________________________

Name: ________________________________

Title/Position: __________________________

Organization: ___________________________

ATTACHMENT V

Prime Contract Flow-Down Clauses

This Contract will be funded by the U.S. Agency for International Development (USAID) with DT Global implementing this USAID project. Applicable clauses incorporated herein by reference shall have the same force and effect as if they were incorporated in full text. A copy of the full text of each clause may be obtained from http://www.acquisition.gov/far http://www.usaid.gov/policy/ads/300/aidar.pdf, or from DT Global ’s procurement official. The term "FAR" means Federal Acquisition Regulation. The terms, "Contractor," "Government" and "Contracting Officer" as used in these clauses shall refer to Vendor, DT Global, and DT Global Contract Administrator respectively. In no event shall any provision of this contract or Orders issued against it be construed as allowing the Vendor to appeal directly to or otherwise communicate directly with (USAID) without written consent of DT Global.

NUMBER TITLE DATE

FEDERAL ACQUISITION REGULATION (FAR) CLAUSES

52.202‐1 DEFINITIONS JUL 2004

52.203‐3 GRATUITIES APR 1984

52.203‐5 COVENANT AGAINST CONTINGENT FEES APR 1984

52.203‐6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT SEP 2006

52.203‐7 ANTI‐KICKBACK PROCEDURES OCT 2010

52.203‐8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY JAN 1997

52.203‐10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR JAN 1997IMPROPER ACTIVITY

52.203‐12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS OCT 2010

52.204‐1 APPROVAL OF CONTRACT DEC 1989

52.204‐3 TAX PAYER IDENTIFICATION OCT 1998

52.204‐4 PRINTED OR COPIED DOUBLE‐SIDED ON RECYCLED PAPER AUG 2000

52.204‐7 CENTRAL CONTRACTOR REGISTRATION APR 2008

52.204‐8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SEP 2010

52.204‐9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL SEP 2007

52.204‐10 REPORTING EXECUTIVE COMPENSATION AND FIRST‐TIER SUBCONTRACT AWARDS JUL 2010

52.209‐6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT SEP 2006

52.215‐2 AUDIT AND RECORDS—NEGOTIATION, OCT 2010 ALTERNATE II APR 1998

52.215‐8 ORDER OF PRECEDENCE‐‐UNIFORM CONTRACT FORMAT OCT 1997

52.215‐10 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA OCT 2010

52.215‐11 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATAMODIFICATIONS OCT 2010

52.215‐12 SUBCONTRACTOR COST OR PRICING DATA OCT 2010

52.215‐13 SUBCONTRACTOR COST OR PRICING DATA – MODIFICATIONS OCT 2010

52.215‐14 INTEGRITY OF UNIT PRICES OCT 2010

52.215‐15 PENSION ADJUSTMENTS AND ASSET REVERSIONS OCT 2004

52.215‐18 REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS OTHER THAN PENSIONS (PRB) JUL 2005

52.215‐19 NOTIFICATION OF OWNERSHIP CHANGES OCT 1997

52.215‐23 LIMITATIONS ON PASS‐THROUGH CHARGES, ALTERNATE I OCT 2009

52.216‐7 ALLOWABLE COST AND PAYMENT DEC 2002

52.216‐8 FIXED‐FEE MAR 1997

52.217‐2 CANCELLATION UNDER MULTIYEAR CONTRACTS OCT 1997

52.217‐8 OPTIONS TO EXTEND SERVICES NOV 1999

52.219‐4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZone SMALL BUSINESS CONCERNS JUL 2005

52.219‐8 UTILIZATION OF SMALL BUSINESS CONCERNS MAY 2004

52.219‐9 SMALL BUSINESS SUBCONTRACTING PLAN OCT 2010 ALTERNATE II OCT 2001

52.219‐16 LIQUIDATED DAMAGES‐SMALL BUSINESS JAN 1999 SUBCONTRACTING PLAN

52.222‐1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES FEB 1997

52.222‐26 EQUAL OPPORTUNITY MAR 2007

52.222‐35 EQUAL OPPORTUNITY FOR VETERANS SEP 2010

52.222‐38 COMPLIANCE WITH VETERANS’ EMPLOYMENT REPORTING REQUIREMENTS SEP 2010

52.222‐50 COMBATING TRAFFICKING IN PERSONS FEB 2009

52.225‐1 BUY AMERICAN ACT‐‐SUPPLIES FEB 2009

52.227‐2 NOTICE AND ASSISTANCE REGARDING PATENT DEC 2007 AND COPYRIGHT INFRINGEMENT

52.227‐14 RIGHTS IN DATA‐‐GENERAL DEC 2007

52.228‐3 WORKERS COMPENSATION INSURANCE APR 1984

52.228‐7 INSURANCE‐‐LIABILITY TO THIRD PERSONS MAR 1996

52.229‐8 TAXES‐FOREIGN COST‐REIMBURSEMENT CONTRACTS MAR 1990

52.230‐2 COST ACCOUNTING STANDARDS OCT 2008

52.230‐6 ADMINISTRATION OF COST ACCOUNTING STANDARDS MAR 2008

52.232‐9 LIMITATION ON WITHHOLDING OF PAYMENTS APL 1984

52.232‐17 INTEREST OCT 2010

52.232‐20 LIMITATION OF COSTS APR 1984

52.232‐22 LIMITATION OF FUNDS APR 1984

52.232‐23 ASSIGNMENT OF CLAIMS JAN 1986

52.232‐25 PROMPT PAYMENT OCT 2008 ALTERNATE I FEB 2003

52.233‐1 DISPUTES OCT 2003

52.233‐3 PROTEST AFTER AWARD, AUG 1996 ALTERNATE1 JUN 1985

52.233‐4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 2004

52.233‐6 DRUG‐FREE WORKPLACE MAY 2001

52.237‐3 CONTINUITY OF SERVICES JAN 1991

52.242‐1 NOTICE OF INTENT TO DISALLOW COSTS APR 1984

52.242‐3 PENALTIES FOR UNALLOWABLE COSTS MAY 2001

52.242‐13 BANKRUPTCY JUL 1995

52.243‐2 CHANGES‐‐COST REIMBURSEMENT AUG 1987 ALTERNATE II APR 1984

52.243‐7 NOTIFICATION OF CHANGES APR 1984

52.244‐2 SUBCONTRACTS ALTERNATE I (JUN 2007) OCT 2010

52.244‐5 COMPETITION IN SUBCONTRACTING DEC 1996

52.244‐6 SUBCONTRACTS FOR COMMERCIAL ITEMS OCT 2010

52.245‐1 GOVERNMENT PROPERTY JUN 2007

52.245‐9 USE AND CHARGES JUN 2007

52.246‐25 LIMITATION OF LIABILITY‐‐SERVICES FEB 1997

52.247‐63 PREFERENCE FOR U.S.‐FLAG AIR CARRIERS JUNE 2003

52.247‐64 PREFERENCE FOR PRIVATELY OWNED U.S.‐FLAG COMMERCIAL VESSELS FEB 2006

52.249‐6 TERMINATION (COST‐REIMBURSEMENT) MAY 2004

52.249‐14 EXCUSABLE DELAYS APR 1984

52.253‐1 COMPUTER GENERATED FORMS JAN 1991

AIDAR 48 CFR Chapter 7

752.202‐1 DEFINITIONS JAN 1990

752.209‐71 ORGANIZATION CONFLICTS OF INTEREST DISCOVERED AFTER AWARD JUN 1993

752.211‐70 LANGUAGE AND MEASUREMENT JUN 1992

752.219‐8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED

BUSINESS CONCERNS

752.225‐70 SOURCE, ORIGION AND NATIONALITY REQUIREMENTS FEB 1997

752.225‐71 LOCAL PROCUREMENT FEB 1997

752.228‐3 WORKER’S COMPENSATION INSURANCE

752.228‐70 MEDICAL EVALUATION (MEDEVAC) SERVICES JUL 2007

752.227‐14 RIGHTS IN DATA – GENERAL OCT 2007

752.228‐7 INSURANCE‐LIABILITY TO THIRD PERSONS

752.232‐70 LETTER OF CREDIT ADVANCE PAYMENT OCT 1989

752.242‐70 PERIODIC PROGRESS REPORTS OCT 2007

752.245‐70 GOVERNMENT PROPERTY‐USAID REPORTING REQUIREMENTS

752.245‐71 TITLE TO AND CARE OF PROPERTY APR 1984

752.7001 BIOGRAPHICAL DATA JUL 1997

752.7002 TRAVEL AND TRANSPORTATION JAN 1990

752.7003 DOCUMENTATION FOR PAYMENT NOV 1998

752.7006 NOTICES APR 1984

752.7008 USE OF GOVERNMENT FACILITIES OR PERSONNEL APR 1984

EXECUTIVE ORDER ON TERRORISM FINANCING (AUG 2016)

The Subcontractor/Recipient is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the subcontractor/recipient to ensure compliance with these Executive Orders and laws. This provision must be included in all subcontracts/sub-awards issued under this subcontract/agreement

Abonohu dhe prano konkurset çdo ditë !

Po kërkon punë?

Atëherë regjistrohu dhe fillo të aplikosh në shpalljet e publikuara

Regjistrohu
Po kërkoni punëtor?

Atëherë regjistrohu dhe fillo të publikosh shpalljet tuaja të punës

Regjistrohu
Shkarko aplikacionet mobile për një eksperiencë më të mirë dhe njoftohu në kohë reale për shpalljet e fundit të punës
6954
163
1531
6558