Subscribe to Job Alert
Join our happy subscribers
John Snow, Inc., and our nonprofit JSI Research & Training Institute, Inc., are public health management consulting and research organizations dedicated to improving the health of individuals and communities throughout the world. JSI's mission is to improve the health of underserved people and communities and to provide a place where people of pas...
Read more about this company
Part A: Cover Page
Issuance Date: December 16, 2024
Questions Due Date/Time: December 20, 2024, 5:00PM and Eastern Standard Time
Proposal Due Date/Time: December 27, 2024, 5:00PM and Eastern Standard Time
The MOMENTUM Routine Immunization Transformation and Equity project, herein referred to as “the project”, implemented by JSI Research & Training Institute, Inc., is soliciting proposals to support the Child Health Task Force and Child Survival Action Advocacy Group. The MOMENTUM Routine Immunization Transformation and Equity project is funded by the United States Agency for International Development (USAID) and is subject to all applicable Federal regulations and provisions.
Please submit your most competitive proposal in accordance with the instructions to offerors and terms of reference. Any award issued as a result of this RFP will be subject to all instructions, terms of reference/ specifications, certifications, terms and conditions and funder required clauses. This RFP document includes the following parts:
PART A: Cover Page
PART B: Instructions to Offerors
PART C: Terms of Reference
PART D: Certifications
Attachment A: General Terms & Conditions
Attachment B: Funder Required Clauses
JSI is committed to the highest standards of ethics and integrity in procurement. JSI has zero tolerance for fraud and strictly prohibits bribes, kick-backs, gratuities, and any other gifts in-kind or in monetary form. JSI also strictly prohibits collusion (bid rigging) between vendors and between vendors and JSI staff. JSI selects vendors on merit and will only engage vendors who demonstrate strong business ethics. Vendors must not participate in bid-rigging or attempt to offer any fee, commission, gift, gratuity or any compensation in-kind or in monetary form to JSI employees. Vendors who do so will be disqualified from doing business with JSI. Additionally, JSI has a conflict of interest policy that requires staff to disclose when there is a potential conflict of interest due to the staff-member’s relationship with a vendor, and if necessary, to refrain from participation in a procurement involving that vendor. If at any time your organization has concerns that an employee has violated JSI policy, you may submit a report via JSI’s Code of Conduct Helpline at: www.jsi.ethicspoint.com.
Part B: INSTRUCTIONS TO OFFERORS
DEFINITIONS
Offeror: The individual or firm providing proposals for the supplies or services requested under this RFP.
Contractor/Vendor: The individual or firm awarded the services requested under the RFP in the form of a PO/contract.
Buyer: JSI Research and Training Institute, Inc. (JSI).
2. PROPOSAL SUBMISSION AND REQUIREMENTS
Offerors are encouraged to read the RFP document in its entirety and ensure that their proposal addresses all of the items cited in the proposal instructions and meets the selection criteria. All proposals must be submitted by the deadline established on the cover page of this RFP. Offers received after this due date and time will not be accepted for consideration.
Questions:
All questions or clarifications regarding this RFP must be in writing and submitted to momentumri@jsi.com, no later than December 20, 2024. Questions and requests for clarification, and the responses thereto, will be posted on JSI website or circulated to all RFP recipients who have indicated interest in this RFP.
Only written answers from JSI’s authorized representative will be considered official and carry weight in the RFP process and subsequent evaluation. Any answers received outside the official channel, whether received verbally or in writing, from employees of JSI, the project, or any other party, will not be considered official responses regarding this RFP.
Submission of Proposals:
The proposals must be prepared in two separate volumes:
Technical Proposal; and Cost Proposal. The technical and cost proposal must be kept separate. Technical proposals must not make reference to pricing data in order to evaluate the technical proposal strictly on the basis of technical merit.
The written proposal must contain the following information and documentation:
Technical Proposal Requirements/ Proposed Plan and Approach
The Technical proposal shall describe how the offeror intends to carry out the Terms of Reference as stated in Part C. It should be concise, specific, complete, and demonstrate a clear understanding of the work to be undertaken and the responsibilities of all parties involved. It must demonstrate the offeror’s eligibility, as well as their capabilities and expertise in conducting each step of the activity.
Offerors shall include only information necessary to provide a clear understanding of the proposed action and the justification for it. Greater detail than necessary, as well as insufficient detail may detract from a proposal’s clarity. Assume that the reader is not familiar with the particular context in which the project will be implemented. Minimize or avoid the use of jargon and acronyms as much as possible. If acronyms or abbreviations are used, include a separate page explaining the terms.
Capabilities and Past Performance
The offeror must submit a capabilities statement along with documentary evidence of past performance.
The capabilities statement should not exceed five (5) pages in length and will be used to evaluate the offeror’s organizational, financial, and technical capacity, in relation to the Terms of Reference in Part C. The Capabilities Statement must include, but is not limited to: size of the agency, financial resources available to complete this work, staffing competencies and capabilities, past experience performing similar work with other donor organizations, and a company profile and/or brochure.
Cost Proposal Requirements
Cost Proposal Budget Narrative Preparation Instructions
A detailed budget narrative that justifies the costs as appropriate and necessary for the successful completion of proposed activities should be attached to the budget. The budget narrative should clearly describe the project and cost assumptions. All proposed costs and estimates must be reasonable and allowable in accordance with the US Government’s Cost Principles established in 2CFR200, Subpart E. All proposed costs must be directly applicable to performing the work under the award and budgeted amounts should not exceed the market cost/value of an item or service.
The budget narrative should be of sufficient detail so that someone unfamiliar with your organization or the activity could review and adequately understand and grasp the assumptions, reasonableness and calculation method used.
Budget narrative must be prepared using Microsoft Word software. Supporting information must be provided in adequate detail for conducting a comprehensive analysis.
Certifications
The proposal shall be accompanied by all required Certifications in Part D, signed by an authorized official of the offeror.
AWARD
JSI intends to issue a fixed price purchase order / contract in the estimated amount of 210,000 USD to the offeror(s) who best meet the criteria specified in this RFP and are determined to be responsible and eligible contractor to provide the required goods/services.
EVALUATION CRITERIA
Proposals will be evaluated first to ensure that they meet all mandatory requirements and are responsive. To be determined responsive, a proposal must include all documentation as listed in section 2. Proposals that fail to meet these requirements will receive no further consideration. A non-responsive proposal to any element may be eliminated from consideration.
Responsive proposals will be evaluated and ranked by a committee on a technical basis according to the criteria below. Those proposals that are considered to be technically acceptable shall then be evaluated in terms of cost.
For the purpose of selection, the evaluation will be based on the following weighted point scale (totaling 100 points) of the proposal in its entirety, including, but not limited to, the following:
| No. | Criteria | Points |
| 1 |
Technical Approach, Methodology and Implementation plan
|
40 |
| 2 |
Capabilities and Past Performance
|
20 |
| 3 |
Personnel / Staffing
|
20 |
| 4 |
Proposed Costs
|
20 |
| Total | 100 |
TERMS OF AWARD
This document is a request for proposals only, and in no way obligates JSI or its donor to make any award. Please be advised that under a fixed price contract the work must be completed within the specified total price. Any expenses incurred in excess of the agreed upon amount in the PO/ contract will be the responsibility of the contractor and not that of JSI or its donor. Therefore, the offeror is duly advised to provide its most competitive and realistic proposal to cover all foreseeable expenses related to provide requested goods/services.
All deliverables produced under the future award/contract shall be considered the property of JSI. JSI may choose to award a contract for part of the activities in the RFP. JSI may choose to award a contract to more than one offeror for specific parts of the activities in the RFP.
PROPOSAL VALIDITY
The offeror's technical and cost proposals must remain valid for not less than 120 calendar days after the deadline specified above. Proposals must be signed by an official authorized to bind the offeror to its provisions.
PAYMENT TERMS
JSI payment cycle is net 30 days upon receipt of deliverables, goods/services, inspection and acceptance of goods/services as in compliance with the terms of the award and receipt of vendor invoice. Full cooperation with JSI in meeting the terms and conditions of payment will be given the highest consideration.
FINANCIAL RESPONSIBILITY
Offerors which are firms and not individuals must include in the capabilities statement that they have the financial viability and resources to complete the proposed activities within the period of performance and under the terms of payment outlined below. JSI reserves the right to request and review the latest financial statements and audit reports of the offeror as part of the basis of the award.
LANGUAGE
The proposal, as well as correspondence and related documents should be in English.
Source/Nationality:
All goods and services offered in response to this RFQ must meet the source and nationality requirements set forth in United States Code of Federal Regulations, 22 CFR 228. Cuba, Iran, Iraq, Laos, Libya, North Korea, and Syria are prohibited source countries and no goods can be produced or sourced from those countries.
The authorized geographic code for this RFQ is 937. Code 937 is defined as the United States, the cooperating country, and developing countries other than advanced developing countries, and excluding prohibited sources. This means goods not located in the U.S. can only be shipped from the U.S. or a developing country (excluding advanced developing countries). The list of eligible developing countries is at: https://www.usaid.gov/sites/default/files/documents/1876/310maa.pdf. The list of advanced developing countries is at: https://www.usaid.gov/sites/default/files/documents/1876/310mab.pdf.
NEGOTIATIONS
The offeror's most competitive proposal is requested. It is anticipated that any award issued will be made solely on the basis of an offeror’s proposal. However, the project reserves the right to request responses to additional technical, management and cost questions which would help in negotiating and awarding a contract. The project also reserves the right to conduct negotiations on technical, management, or cost issues prior to the award of a PO/ contract. In the event that an agreement cannot be reached with an offeror the Project will enter into negotiations with alternate offerors for the purpose of awarding a PO/ contract without any obligation to previously considered offerors.
REJECTION OF PROPOSALS
JSI reserves the right to reject any and all proposals received, or to negotiate separately with any and all competing offerors, without explanation.
INCURRING COSTS
JSI is not liable for any cost incurred by offerors during preparation, submission, or negotiation of an award for this RFP. The costs are solely the responsibility of the offeror.
MODIFICATIONS
JSI reserves the right, in its sole discretion, to modify the request, to alter the selection process, to modify or amend the specifications and scope of work specified in this RFQ.
CANCELLATION
JSI may cancel this RFP without any cost or obligation at any time until issuance of the award.
Part C: Terms of Reference
Purpose: Child Survival Action and Child Health Task Force Advocacy
Activity Manager: Dyness Kasungami, Project Director, Global Child Health Task Force
Period of Performance: January 2025 – September 30, 2025
Place of Performance: Remote
Activity Code: 2.1A CHTF Annex
DESCRIPTION OF REQUIREMENT (GOODS OR SERVICES):
Background
MOMENTUM (Moving Integrated, Quality Maternal, Newborn, and Child Health and Family Planning and Reproductive Health) Routine Immunization Transformation and Equity, herein referred to as “the project” aims to strengthen routine immunization (RI) programs to overcome the entrenched obstacles contributing to stagnating and declining immunization rates and barriers to reaching zero-dose and under-immunized children with life-saving vaccines. The project also provides country, regional, and global technical support for routine immunization of children and older populations.
The Child Health Task Force (CHTF) is a global network of implementing partners, governments, donors, multi-laterals, academic institutions, private sector entities and individuals working together to strengthen comprehensive and equitable child health programs. The Secretariat, led by JSI, receives funding from USAID Africa and Global Health Bureaus through the project.
The Secretariat also coordinates Child Survival Action (CSA), a renewed call to action to support the 59 countries (the majority in sub-Saharan Africa) off track to achieving the SDG under-five mortality target of 25 deaths or fewer per 1,000 live births. Operationalizing the call to action requires a country-led process to identify the communities and families where children are at greatest risk, understand the vulnerabilities and barriers to accessing quality healthcare, prioritize interventions to address the major causes and risk factors of death through primary health care (PHC) (inclusive of community level and multi-sectoral approaches), and finance and implement accelerated solutions. CSA was officially launched in April 2023 and includes three action teams – Country Engagement, Results & Accountability, and Advocacy. The following scope of work is focused on the advocacy component of CSA. However, collaboration across teams is critical and expected.
This year, CHTF plans to expand the CSA Advocacy team to encompass the broader work conducted by the CHTF, including advocacy for children aged above five years and those living outside of the 59 off-track countries. However, CSA advocacy will remain an emphasis of the group given the time-bound nature and high regional burden.
Objectives
The purpose of this scope of work is to provide support to guide the expanded CHTF and CSA Advocacy Group to:
Activities/Tasks
| Activities: | |
| 1. Regional and national leadership |
|
| 2. Regional Advocacy Plan implementation |
|
| 3. Country-led advocacy |
|
| 4. Coordination of the CHTF Advocacy Subgroup/CSA workstream |
|
Deliverables and Schedule
| Deliverables | Description |
| 1. Plan for the Summit for the African Child | Expand on the existing concept note and socialize the expanded plan for the Summit on the Africa Child with key stakeholders in the industry. The deliverable includes A) An expanded plan with a tentative timeline and budget, reviewed and approved by the Sierra Leone Ministry of Health and the JSI activity manager, and B) A report on the feedback from key stakeholders including funders with whom the concept note is socialized. |
| 2. Regional events operational plan | Building on the existing Regional Advocacy Plan, develop a proposed operational plan for 2025-2026 including a calendar of key regional & global events to engage African leaders and other CSA partners, engagement strategy, and social media messages for each event. All plans, social products, and messages should be developed in collaboration with advocacy partners and reviewed and approved by the JSI activity manager before finalization. |
| 3. Final journal article/opinion piece | Final article, focused on child survival, linked to a policy window or strategic event, and authored by an African leader, submitted to an outlet that is approved by the author and the JSI activity manager. This deliverable also includes any revisions following feedback from the publisher. |
| 4. ALMA Parliamentarians – Strategy | Final report summarizing the consultant’s role in conducting outreach and advocating for CSA inclusion in the ALMA Parliamentarian workshops |
| 5. Report on ALMA Parliamentarian workshops | Final report summarizing A) Objectives, participants, and key takeaways and outcomes of CSA inclusion in the ALMA Parliamentarian workshops; and B) Recommended follow-up actions to continue CSA engagement with parliamentarians. |
| 6. Report on country-level CSO advocacy support |
|
| 7. CSO in-person workshop report | Coordinate and assume financial responsibility for an in-person workshop with CSOs in a country agreed upon by the JSI activity manager and CSA partners to finalize and adopt advocacy tools, develop a national-level advocacy work plan, and define actions to accelerate CSA advocacy at national and sub-national levels. The final report will include a copy of the adopted advocacy tools, the draft national level advocacy work plan and/or resource mobilization plan, and a summary of the workshop including participants, key takeaways, and recommended next steps for continued engagement. |
| 8. Country Platform operational plan | Expanded plan for designing, building, and adopting a country platform for peer engagement, networking, and accountability among CSA countries. The expanded plan will build upon an existing “Country Platform” document, and should include the following: A) The structure and design of the proposed country platform, approved by the JSI activity manager and CSA partners before finalization; B) An explanation for how the country platform will complement CSA structure and function; and C) An outline of proposed steps for adopting and implementing the country platform into CSA |
| 9. Report on the African Leaders Dialogue | Liaise with African ministers of health and allied ministers to establish a quarterly meeting for dialogue, advocacy, and accountability among ministers of health. Present a report on the first series of dialogue which will include a) a summary of the dialogue series including key participants and discussion points; b) key outcomes of the dialogue series; and c) recommendations for improving the dialogue series and/or following up on key outcomes. Present a report on subsequent meetings and progress made as per the agreed upon cadence. |
| 10. Monthly Summaries |
|
| 11. Resource Mobilization Operational Plan | Develop and submit at least four series of concept notes to support engagement with potential funding partners. Conduct outreach with the target funding partners. In addition, develop an operational plan to work with the Global Fund and other existing funding mechanisms to catalyze resources for countries to develop, monitor, advocate for and implement CSA plans. The final deliverable should include A) the four concept notes; B) a copy of meeting notes and suggested follow up activities with four potential funding partners; and C) a copy of the above-described operational plan. |
|
12. Trip reports for conducting advocacy during the selected events and policy windows
CPHIA Meeting Trip report African Union Trip Report
|
|
| Requirements: | |
|
|
Part D: Certifications
A. Representations & Certifications
Part I – Certifications and Assurances
The undersigned certifies, to the best of his or her knowledge and belief, that:
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 contracts, subawards, 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.
2. Certification Regarding Terrorist Financing, Implementing Executive Order 13224
By signing and submitting this application, the prospective Vendor provides the certification set out below:
2. The following steps may enable the Vendor to comply with its obligations under paragraph 1:
a. Before providing any material support or resources to an individual or entity, the Vendor will verify that the individual or entity does not (i) appear on the master list of Specially Designated Nationals and Blocked Persons, which is maintained by OFAC, or (ii) is not included in any supplementary information concerning prohibited individuals or entities that may be provided by USAID to the Vendor.
b. Before providing any material support or resources to an individual or entity, the Vendor also will verify that the individual or entity has not been designated by the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the “1267 Committee”) [individuals and entities linked to the Taliban, Usama bin Laden, or the Al-Qaida Organization]. To determine whether there has been a published designation of an individual or entity by the 1267 Committee, the Vendor should refer to the consolidated list available online at the Committee’s Web site: http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm.
c. Before providing any material support or resources to an individual or entity, the Vendor will consider all information about that individual or entity of which it is aware and all public information that is reasonably available to it or of which it should be aware.
d. The Vendor also will implement reasonable monitoring and oversight procedures to safeguard against assistance being diverted to support terrorist activity.
3. For purposes of this Certification -
a. “Material support and resources” means currency or monetary instruments or financial securities, financial services, lodging, training, expert advice or assistance, safe houses, false documentation or identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials.”
(i) “Training" means instruction or teaching designed to impart a specific skill, as opposed to general knowledge.
(ii) “Expert advice or assistance" means advice or assistance derived from scientific, technical, or other specialized knowledge.
b. “Terrorist act” means -
(i) an act prohibited pursuant to one of the 12 United Nations Conventions and Protocols related to terrorism (see UN terrorism conventions Internet site: http://untreaty.un.org/English/Terrorism.asp); or
(ii) an act of premeditated, politically motivated violence perpetrated against noncombatant targets by subnational groups or clandestine agents; or
(iii) other act intended to cause death or serious bodily injury to a civilian, or to any other person not taking an active part in hostilities in a situation of armed conflict, when the purpose of such act, by its nature or context, is to intimidate a population, or to compel a government or an international organization to do or to abstain from doing any act.
c. “Entity” means a partnership, association, corporation, or other organization, group or subgroup.
d. References in this Certification to the provision of material support and resources must not be deemed to include the furnishing of USAID funds or USAID-financed commodities to the ultimate beneficiaries of USAID assistance, such as recipients of food, medical care, micro-enterprise loans, shelter, etc., unless the Vendor has reason to believe that one or more of these beneficiaries commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated or participated in terrorist acts.
e. The Vendor’s obligations under paragraph 1 are not applicable to the procurement of goods and/or services by the Vendor that are acquired in the ordinary course of business through contract or purchase, e.g., utilities, rents, office supplies, gasoline, etc., unless the Vendor has reason to believe that a vendor or supplier of such goods and services commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated or participated in terrorist acts.
This Certification is an express term and condition of any agreement issued as a result of this application, and any violation of it will be grounds for unilateral termination of the agreement by USAID prior to the end of its term.
3. Representation by Organization Regarding a Delinquent Tax Liability or a Felony Criminal Conviction
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, none of the funds made available by that Act may be used to enter into an assistance award with any organization that –
It is USAID’s policy that no award may be made to any organization covered by (1) or (2) above, unless the M/OAA Compliance Division has made a determination that suspension or debarment is not necessary to protect the interests of the Government.
b. Applicant Representation:
4. Prohibition on Providing Federal Assistance to Entities that Require Certain Internal Confidentiality Agreements – Representation (May 2017)
(a) Definitions.
“Contract” has the meaning given in 2 CFR Part 200.
“Contractor” means an entity that receives a contract as defined in 2 CFR Part 200.
“Internal confidentiality agreement or statement” means a confidentiality agreement or any other written statement that the Vendor requires any of its employees or subrecipients to sign regarding nondisclosure of vendor information, except that it does not include confidentiality agreements arising out of civil litigation or confidentiality agreements that vendor employees or subrecipients sign at the behest of a Federal agency.
“Subaward” has the meaning given in 2 CFR Part 200.
“Subrecipient” has the meaning given in 2 CFR Part 200.
(b) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for federal assistance to a non-Federal entity that requires its employees, subrecipients, or contractors seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements that prohibit or otherwise restrict its employees, subrecipients, or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(c )The prohibition in paragraph (b) of this provision does not contravene requirements applicable to Standard Form 312, (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(d) Representation. By submission of its application, the prospective Vendor represents that it will not require its employees, subrecipients, or contractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting its employees, subrecipients, or contractors from lawfully reporting waste, fraud, or abuse related to the performance of a Federal award to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (for example, the Agency Office of the Inspector General).
5. Certification of Vendor
By signature hereon, or on an offer incorporating these Representations, Certifications, and Other Statements of Offerors, the offeror certifies that they are accurate, current, and complete. These assurances are binding on the Vendor, its successors, transferees, and assignees, and the person or persons whose signatures appear below are authorized to sign these assurances on behalf of the Vendor.
|
Offeror Name |
|
|
Signature |
|
|
Signatory Name |
|
|
Signatory Title |
|
|
Date |
ATTACHMENT A: GENERAL TERMS & CONDITIONS
TERMINATION FOR CONVENIENCE: JSI reserves the right to terminate this purchase order, or any part, for its convenience. In the event of such termination, the Vendor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of the purchase order, the Vendor shall be paid a percentage of the purchase order price reflecting the percentage of the work performed prior to the termination.
TERMINATION FOR CAUSE: JSI reserves the right to terminate this purchase order, or any part, for cause in the event of any defaults by the Vendor, or if the Vendor fails to comply with the terms and conditions of the purchase order, or fails to provide JSI with adequate assurances of future performance. In the event of termination for cause, JSI shall not be liable for any amount of supplies or services not accepted, and the Vendor shall be liable to JSI for any and all rights and remedies provided by law.
WARRANT: Vendor warrants that the goods and/or services delivered and rendered hereunder conform to the purchase order requirements, are free of latent defects, and are merchantable and fit for use for the particular purpose described in the purchase order (or, if no such purpose is specifically described, for the purposes for which the goods or services, as applicable, are ordinarily used).
CHANGES: Changes in the terms and conditions of this purchase order may be made only by written amendment issued by JSI.
RISK OF LOSS: Unless the purchase order specifically provides otherwise, risk of loss or damage to the supplies provided under this purchase order shall remain with the Vendor until, and shall pass to JSI upon delivery of the supplies to JSI at the destination specified in the purchase order. This clause is applicable to goods only.
INDEPENDENT CONTRACTOR: The relationship between the Parties pursuant to this Purchase Order is that of independent contractors, and nothing contained herein shall be deemed to create a relationship of partners, joint ventures, agent and principal, employer and employee, or any relationship other than that of independent contractors. At no time shall either Party make any commitments or incur any charges or expenses for or in the name of the other Party.
CONFIDENTIALITY: The Vendor agrees to treat all information provided by JSI or gathered during the course of providing services as confidential and privileged and to not publish or disseminate such information or otherwise share such information with any third party without the written consent of JSI. The Vendor also agrees to not use such information for any purpose other than to fulfill its obligations under this purchase order without the written consent of JSI.
RIGHTS IN WORK PRODUCT: Vendor agrees that JSI retains the entire right, title and interest in all deliverables, data, and other intellectual property produced by the Vendor under this agreement (collectively “Work Product”). Vendor agrees that the Work Product is specially commissioned and works made-for-hire, and that JSI is deemed the author for copyright purposes. To the extent that any Work Product is not deemed work made-for-hire, Vendor hereby assigns to JSI all its right, title and interest in such Work Product.
PRICES: The Prices (Unit Prices and extended prices) specified in the purchase order are firm, fixed, all-inclusive total prices including all taxes or duties as may be applicable, and covering performance of all of Vendor's obligations under the purchase order, including, but not limited to, delivery of the goods and/or services in accordance with the purchase order delivery term and performance of all associated and related services.
LIQUIDATED DAMAGES: Both parties acknowledge that the time fixed for delivery in this Purchase Order is of the essence as well as the difficulty of ascertaining at the time of contracting the precise nature and amount of actual damages JSI will suffer in the event of Vendor’s delayed performance. In the event of delay in performance, JSI reserves the right, in addition to any other remedies under this PO, to retain as liquidated damages from any payment due the Vendor an amount equal to one percent (1%) of the cost of the PO for every complete week of delay or a part thereof, reckoning from the time fixed by the PO. The total amount of the liquidated damages shall, however, be limited to ten percent (10%) of the value of the delayed contract. The parties agree that these amounts represent a reasonable estimate of the actual damages anticipated at the time of contracting, and confirm they have been negotiated and agreed upon.
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION: The Vendor certifies that neither it nor its principals is presently debarred, suspended, proposed for disbarment, excluded or otherwise disqualified from participation in this transaction by any U.S. Federal Government department or agency, and is not delinquent on any State or Federal tax.
COMPLIANCE WITH U.S. SANCTIONS: The Vendor represents that: 1) it and, to the best of its knowledge, its owners, principals, and affiliates are not subject to economic sanctions administered by the Office of Foreign Assets Control (OFAC) in the Department of the Treasury, and; 2) except as authorized by OFAC, the goods delivered under this contract, including any component or ingredient thereof, are not manufactured in a sanctioned country or sourced from a country, person or organization subject to OFAC sanctions.. Entities and individuals subject to economic sanctions are included in OFAC's List of Specially Designated Nationals and Blocked Persons at http://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx.
IMPLEMENTATION OF E.O. 13224 – EXECUTIVE ORDER ON TERRORIST FINANCING: The Vendor 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. This includes individuals or entities that appear on the Specially Designated Nationals and Blocked Persons List maintained by the U.S. Treasury (online at: http://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx) or the United Nations Security designation list (online at: https://scsanctions.un.org/search/). It is the legal responsibility of the Vendor to ensure compliance with these Executive Orders and laws.
CODE OF CONDUCT AND MANDATORY DISCLOSURES:
GENERAL:
ATTACHMENT B: FUNDER REQUIRED CLAUSES
|
USAID Standard Provisions for U.S. Nongovernmental Organizations (ADS Reference 303maa - Mandatory Reference for ADS 303) |
||
| Number | Title | Date |
| M3 | NONDISCRIMINATION | JUNE 2012 |
| M8 | USAID ELIGIBILITY RULES FOR GOODS AND SERVICES | JUNE 2012 |
| M17 | TRAVEL AND INTERNATIONAL AIR TRANSPORTATION | DECEMBER 2014 |
| M18 | OCEAN SHIPMENT OF GOODS | JUNE 2012 |
| M20 | TRAFFICKING IN PERSONS | APRIL 2016 |
| M24 |
PILOT PROGRAM FOR ENHANCEMENT OF GRANTEE EMPLOYEE WHISTLEBLOWER PROTECTIONS |
SEPTEMBER 2014 |
| M26 |
PROHIBITION OF REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS |
MAY 2017 |
| M29 | NONDISCRIMINATION AGAINST BENEFICIARIES | NOVEMBER 2016 |
| RAA5 |
VOLUNTARY POPULATION PLANNING ACTIVITIES – SUPPLEMENTAL REQUIREMENTS (JANUARY 2009) |
JANUARY 2009 |
CONDOMS (ASSISTANCE) (SEPTEMBER 2014)
Information provided about the use of condoms as part of projects or activities that are funded under this agreement shall be medically accurate and shall include the public health benefits and failure rates of such use and shall be consistent with USAID’s fact sheet entitled, “USAID HIV/STI Prevention and Condoms.” This fact sheet may be accessed at: http://www.usaid.gov/sites/default/files/documents/1864/CondomSTIIssueBrief.pdf
The prime recipient must flow this provision down in all subawards, procurement contracts, or subcontracts for HIV/AIDS activities.
PROHIBITION ON THE PROMOTION OR ADVOCACY OF THE LEGALIZATION OR PRACTICE OF PROSTITUTION OR SEX TRAFFICKING (ASSISTANCE) (SEPTEMBER 2014)
The following organizations are exempt from (b)(1):
(3) Notwithstanding section (b)(2)(iii), not exempt from (b)(1) are non-U.S. recipients, subrecipients, contractors, and subcontractors that implement HIV/AIDS programs under this assistance award, any subaward, or procurement contract or subcontract by:
Commercial sex act means any sex act on account of which anything of value is given to or received by any person.
Prostitution means procuring or providing any commercial sex act and the “practice of prostitution” has the same meaning.
Sex trafficking means the recruitment, harboring, transportation, provision, or obtaining of a person for the purpose of a commercial sex act (22 U.S.C. 7102(9)).
Check how your CV aligns with this job
The Offeror’s proposal must be accompanied by a cover letter typed on official organizational letterhead and signed by an individual who has signatory authority for the offeror. The offeror must submit a complete proposal package on or before the due date and time to Elena Kanevsky at momentumri@jsi.com. Proposals must be submitted by email only with the subject line “RFP No: 37709-CHTF-CSA”
Build your CV for free. Download in different templates.
Join our happy subscribers