49
Date: August 21, 2019 SUBJECT: Request for Proposal (RFP) Dear Prospective Quoter: The Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: Commissioning a Public Survey on Botswana’s 2019 Have It All Documentary. The Embassy plans to award a contract for this service and all interested vendors. Vendors are encouraged to make competitive proposals. You are also cautioned against any collusion with other potential offerors with regard to price proposals to be submitted. The RFP does not commit the American Embassy in Gaborone to make any award. The Embassy may cancel this RFP or any part of it. Please read the solicitation carefully, and if you are interested, submit your Proposal. Direct any questions regarding this request for quotations to the Embassy Contracting Office telephone #: (373-2291) Fax: 395-3951 or email: [email protected] during regular business hours. Your quotation must be hand delivered to the US Embassy in Gaborone on or before September 6, 2019 by 10:00 AM marked as follows: No proposal will be accepted after this time. Att. GSO-Procurement “2019 Have It All Documentary” Commissioning Public Survey in Botswana USA Embassy Gaborone Government Enclave, Embassy Drive Gaborone, Botswana

SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

Date: August 21, 2019

SUBJECT: Request for Proposal (RFP) Dear Prospective Quoter:

The Embassy of the United States of America in Gaborone, Botswana has a

requirement for a contractor for: – Commissioning a Public Survey on Botswana’s

2019 Have It All Documentary.

The Embassy plans to award a contract for this service and all interested vendors.

Vendors are encouraged to make competitive proposals. You are also cautioned

against any collusion with other potential offerors with regard to price proposals to be

submitted. The RFP does not commit the American Embassy in Gaborone to make

any award. The Embassy may cancel this RFP or any part of it. Please read the

solicitation carefully, and if you are interested, submit your Proposal.

Direct any questions regarding this request for quotations to the Embassy Contracting Office

telephone #: (373-2291) Fax: 395-3951 or email: [email protected] during

regular business hours.

Your quotation must be hand delivered to the US Embassy in Gaborone on or before

September 6, 2019 by 10:00 AM marked as follows: No proposal will be accepted after this

time.

Att. GSO-Procurement

“2019 Have It All Documentary”

Commissioning Public Survey in Botswana USA Embassy Gaborone

Government Enclave, Embassy Drive

Gaborone, Botswana

Page 2: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

2

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

OFFEROR TO COMPLETE BLOCKS 17, 24, & 30

1. REQUISITION NUMBER

PAGE 2 OF 40

2. CONTRACT NO.

3. AWARD/EFFECTIVE

4. ORDER NUMBER

5. SOLICITATION NUMBER

6. SOLICITATION ISSUE

DATE 21/08/2019

7. FOR SOLICITATION

INFORMATION CALL

a. NAME

Keemetse Matshego –Procurement Agent

b. TELEPHONE NUMBER(No

collect calls)

+267-373-2291

8. OFFER DUE DATE/

LOCAL TIME

September 6, 2019 – 10:00 AM

9. ISSUED BY CODE

10. THIS ACQUISITION IS

American Embassy,

P O Box 90

Gaborone Botswana

X UNRESTRICTED

SET ASIDE: % FOR

SMALL BUSINESS EMERGING SMALL BUSINESS

HUBZONE SMALL BUSINESS SMALL BUSINESS

SERVICE-DISABLED VETERAN OWNED 8(A)

NAICS:

SIZE STD:

11. DELIVERY FOR FOB 12.

DISCOUNT

TERMS

13a. THIS CONTRACT IS A RATED ORDER

UNDER DPAS (15 CFR 700) DESTINATION UNLESS BLOCK IS MARKED

X SEE SCHEDULE

13b. RATING

14. METHOD OF SOLICITATION

RFQ IFB RFP

15. DELIVER TO: Code 16. Administered by:

GSO - Procurement

American Embassy

Government Enclave Embassy Drive

Gaborone, Botswana

17.a. CONTRACTOR/OFFEROR CODE FACILITY CODE

TELEPHONE NO:

18a. PAYMENT WILL BE MADE BY

17b CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH

ADDRESS IN OFFER

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW

IS CHECKED SEE ADDENDUM

19.

ITEM NO.

20.

SCHEDULE OF SUPPLIES/SERVICES

21.

QUANTITY

22.

UNI

T

23.

UNIT PRICE

24.

AMOUNT

1

Commissioning a Public Survey in

Botswana’s 2019 Have It All

Documentary

BWP_________

(Use Reverse and/or Attach Additional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA

26. TOTAL AWARD AMOUNT (For Govt. Use Only)

X 27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE

NOT ATTACHED.

X 27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT

ATTACHED. X 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _____

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL

ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL

SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.

29. AWARD OF CONTRACT: RFP. _________________ OFFER

DATED _______________. YOUR OFFER ON SOLICITATION

(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH

ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)

30c. DATE SIGNED

31b. NAME OF CONTRACTING OFFICER (Type or

Print)

31c. DATE SIGNED

Page 3: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

3

REQUEST FOR PROPOSAL

BOTSWANA PUBLIC OPINION SURVEY – OCTOBER-DECEMBER 2019

The Office of Opinion Research of the U.S. Department of State (the Client) is considering commissioning a nationally representative public opinion survey in BOTSWANA in October-December 2019 as described below, with the option of adding a second survey wave at the Client’s discretion. Should the Client decide a second wave is within the government’s best interest, this optional wave will be exercised no later than six months after provision of all previously ordered deliverables. In your proposal, please include a quote for one survey, as well as an option for a second survey with the same parameters to be exercised at Client’s discretion. The Contractor’s proposal should provide information on how it will meet the Client requirement’s and include additional information requested by the Client. The Client strongly prefers:

1) Computer Assisted Personal Interviewing (CAPI) based surveys. Firms proposing CAPI surveys will receive preference in proposal evaluation.

2) Probability sample designs with random selection of individual respondents. If you plan

to use quotas in selecting individual respondents, explain the quota system in detail, including the factors used as the basis for the quotas.

Deadline for submission of proposals is September 6, 2019.

SUMMARY OF CONTRACTOR’S RESPONSIBILITIES

Designing an appropriate sample;

Translating, back-translating, formatting, and printing the questionnaire submitted by the Client;

Conducting 1,500 cognitive interviews Conducting a pretest;

Managing fieldwork;

Coding questionnaires, entering data, checking and cleaning the data; and

Providing required deliverables: o detailed sampling design, o translation and back-translation of questionnaire, o pretest data and report, o final field version of questionnaire and show cards, o marginal frequencies, o data in ASCII and SPSS formats, datasets include:

Supervisor Questionnaire Respondent Dataset Contact Sheets (if applicable)

o codebook, o methodological report, o contact disposition summary rates (by Strata), o copies of 10 completed field questionnaires (if PAPI) and o additional supporting documentation as necessary.

Page 4: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

4

Proposal Checklist

Requirement Check

SECTION 1 QUALIFICATIONS, SUBCONTRACTING AND SURVEY CONDITIONS: Contractor Qualifications and Experience ☐ Subcontractor information (if applicable) ☐ Appraisal of Research Environment ☐ Listing Government Approval Requirements ☐

SECTION 2 SAMPLE DESIGN: Sample Frame Defined ☐ Description of Areas Excluded ☐ Full or Partial Sample Frame Provided with Proposal ☐ Definition of Strata (If Applicable) ☐ Stratification Table Included (If Applicable) ☐ Sampling Units (PSU, SSU, TSU, etc.) Defined (where applicable)

Detailed Method for Selecting Sampling Units (PSU, SSU, TSU, etc.)

Definition of Urban and Rural (If Applicable) ☐ Approach to Booster Sample (If Applicable) ☐ Pricing for cluster sizes of (If Applicable) ☐

SECTION 3 QUESTIONNAIRE : List of Languages to Be Used for the Study ☐ Process for Translation and Back-Translation ☐ Training Protocols and Schedule ☐ Overview of Training Report ☐ If CAPI: Description of CAPI Program ☐ If CAPI: Description of CAPI Capabilities (GPS, Passive Recording, Duration, Logic/Skip, etc.)

If CAPI: Description of Server Access/API or Frequency of Sending Data to Client (i.e. twice a week, daily, etc.)

If CAPI: Description of CAPI Program ☐ Cognitive Interview Protocols (If Applicable) ☐

SECTION 4 FIELDWORK: Description of Interview Selection and Training ☐ Number of Interviewers ☐

Page 5: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

5

Description of Supervisor Selection and Training ☐ Detailed Pre-test Protocols ☐ Confirmation Pre-test Data will be provided prior to field

Field Team Protection Protocols Included ☐ Data Protection Protocols Included ☐ Contact Disposition Recording and Reporting Mechanisms

Revisit Protocols ☐ Quality control Protocols ☐ Ability to Utilize Supervisor Questionnaire ☐ Ability to Provide Back-check dispositions and data ☐

SECTION 5 DATA MANAGEMENT: Open-Ended Coding Protocols ☐ Data Entry Protocols ☐ Weighting Procedures ☐

SECTION 6 DELIVERABLES: Confirmation Items listed in Section will be provided to Client

SECTION 7 SCHEDULE: Schedule for: Translation and back-translation of the questionnaire (please allow adequate time for Client review)

Schedule for: Cognitive interviews ☐ Schedule for: Pre-testing of the questionnaire ☐ Schedule for: Preparing and printing the final questionnaire

Schedule for: Fieldwork ☐ Schedule for: Data entry and cleaning; ☐ Schedule for: Preparation and submission of data files and methodological report

Schedule for: Preparation and submission of all remaining deliverables

SECTION 8 ADMINISTRATIVE INFORMATION, BILLING, AND PAYMENT: Detailed budget, including ALL anticipated costs, fees and any relevant taxes included

Confirmation price will hold for 60 days ☐ Proposal in US dollars ☐

Page 6: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

6

SECTION 1 QUALIFICATIONS, SUBCONTRACTING AND SURVEY

CONDITIONS: What to include in Proposal: [Please note, the proposal may not contain any indemnification language.]

Describe the qualifications and experience of the firm and project team, including the

project manager and survey methodologist/statistician; include description of comparable survey research projects conducted in BOTSWANA

Indicate any portion of work that will be done by subcontractors and identify the subcontractors.

General appraisal of the state of survey research in BOTSWANA, including any specific topics which are too sensitive to cover;

Any requirements for government approval of the survey project or questionnaire.

SECTION 2 SAMPLE DESIGN: 2.1 Client Requirements The Contractor will design and implement a sample design for face-to-face interviews in respondents’ homes to achieve a nationally representative sample of at least 1,500 adults age 18 and older. Before the beginning of fieldwork the Contractor shall submit a spreadsheet or SPSS file showing the full sampling frame, all selected primary sampling units (PSUs) for each stratum (if applicable), together with a description of how each unit was selected, and the random seed used to select the PSU’s. The Contractor shall indicate the random seed, skip intervals, and random starting points used in the selection process, as well as the order in which the primary sampling units were selected within each stratum. If using a cluster sample design, the Contractor should provide pricing options for cluster sizes. Additional pricing options for cluster sizes recommended by the Contractor are encouraged.

2.2 Additional Information to include in Proposal:

Definition of sample universe. Note any areas of the population excluded from the sample and why;

Description of statistical documentation used to design the sample (e.g., census data) and date of the information;

Description of sampling frame;

All forms of stratification used and the basis for stratification. If you use differential probabilities of selection in sampling (e.g., stratification with different rates by strata), provide the justification for using those rates and describe the expected effects on the margin of error.

Where applicable, definition and number of possible primary sampling units (PSU), secondary sampling units (SSU), tertiary sampling unit (TSU),and sampling points;

Detailed description of selection procedures at each stage: primary sampling unit (PSU), secondary sampling unit (SSU), sampling point, household and individual respondent;

Information on replacement of unsuccessful contact attempts, if applicable. If replacing unsuccessful contact attempts, provide information on how replacements may affect results

Method for allocating interviews to PSUs, SSUs and sampling points;

Comparison of the projected sample with current census or other available demographic data;

Page 7: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

7

Description of how urban/rural is defined, and whether this variable is determined by the sample design or is asked of respondents.

Approach for any booster samples within the main sample

SECTION 3 QUESTIONNAIRE : 3.1 Client Requirements The Client will provide an English-language questionnaire that will include approximately 25 substantive questions (20 closed-ended, 5 open-ended), focusing on public attitudes toward domestic and international economic and social issues, as well as media consumption habits. In addition, for each respondent the questionnaire and final data set must include the variables listed in Appendix A.

TRANSLATION AND BACK-TRANSLATION OF QUESTIONNAIRE: The Contractor is responsible for translating the questionnaire into colloquial SETSWANA, and for back-translating the translated questionnaire(s) into English. The back-translation(s) must be done by someone who has not seen the original English questionnaire.

The Client will review the translation and consult with the Contractor on necessary changes. The Client must approve the final translation before the before the cognitive interviews. IF CAPI: The Contractor shall submit the electronic questionnaire script or access to the system to test the questionnaire. Fieldwork shall not start until Client approval of the electronic questionnaire COGNITIVE INTERVIEWS: After the Client approves the translation, the Contractor will conduct approximately 25 cognitive interviews. The interviews should last about one hour, using questions from the survey selected by the Client in consultation with the Contractor. Participants should have a representative mix of educational backgrounds, and they must not be neighbors, friends, relatives, co-workers or members/activists in the same organization. The Contractor will provide the Client with a report from the cognitive interviews, including a demographic summary of the participants and a discussion by question of any problems or suggested changes to the questionnaire. The Client must approve any changes to the questionnaire. TRAINING: The Contractor will provide a brief (1-2 page) training report including information on demographics of interviewers and supervisors (i.e. age, gender, education, years of experience, languages spoken), dates and location of training, topics covered and issues experienced with the training.

3.2 Additional Information to include in Proposal: Indicate the language(s) into which the questionnaire will be translated;

Confirm that the back-translation will be done by someone who has not seen the original English questionnaire;

Describe the procedures for conducting the pretest, including the number of interviews and the selection process for participants.

COMPUTER ASSISTED PERSONAL INTERVIEWING (CAPI) IF APPLICABLE: The Contractor will provide the following information on the CAPI system used for the project:

CAPI program to be used and justification for its use

What electronic devices will be used for the CAPI program (Contractor owned vs. Interviewer/Supervisor Owned)

Confirmation whether the Contractor’s server will be accessible to Client to allow for live data monitoring. If not, the frequency preliminary data will be sent to the Client

Confirmation if API is available for use by the Client (If Known)

Page 8: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

8

Confirmation if the program is capable of capturing the following:

o Duration of each question o Passive Audio Recording o GPS Coordinates o Logic and Skip Patterns

SECTION 4 FIELDWORK: 4.1 Client Requirements PRE-TEST: After the Client approves the translation / approves changes from the cognitive interviews, the Contractor will pretest the full questionnaire with at least 25 representative interviews that will not be included in the final sample. Participants should have a representative mix of educational backgrounds, and they must not be neighbors, friends, relatives, co-workers or members/activists in the same organization. The Contractor will provide the Client with the achieved pre-test dataset in SPSS format for Client review. This dataset should be independent of the final data set or, if included with the final dataset, pre-test data must be clearly identified. The pre-test data and the final data must contain key demographic and management data points listed in Appendix A. Additionally the Contractor will provide a pretest report, including a demographic summary of the participants and a discussion by question of any problems or suggested changes to the questionnaire. The Client must approve any changes to the questionnaire and fieldwork cannot start until Client approval of the pretest report and dataset. FIELDWORK: Fieldwork will be done by face-to-face interviews in respondents’ homes. All interviews shall be conducted in strict adherence to the sampling plan. The Contractor is responsible for organizing and overseeing all aspects of fieldwork, including: preparing and printing the final questionnaires; selecting and training interviewers; assigning contact lists to interviewers; supervising interviewers; enforcing quality controls; monitoring and recording contact and non-response rates; and providing weekly feedback to the Client on the status of fieldwork. If, in the course of fieldwork, it is apparent that there is an unusually large proportion of persons refusing to be interviewed, the Contractor must inform the Client. Contact ATTEMPTS with every attempted household must be recorded according to or an approved variant of the American Association of Public Opinion Research’s Contact Disposition Coding. The Contractor will provide information on how contacts will be recorded and will be responsible for providing a dataset of all contact attempts to the Contractor. An abbreviated version of AAPOR’s Disposition Coding is included in Appendix B. Where members of the households are reached, the household should be attempted at least 3 times during fieldwork. The contact attempts should be spread over different times of the day and days of the week and weekend. Note: the minimum achieved sample for the survey is 1,200 fully completed interviews. FIELD-TEAM PROTECTION PROTOCOLS: The Contractor will provide a detailed overview of institutional protocols to ensure safety and security of field staff during fieldwork. This section should also include a risk assessment and the Contractor’s plan to mitigate security risks and obtain legal representation if necessary. DATA PROTECTION PROTOCOLS: The Contractor will provide a detailed overview of institutional protocols to ensure data confidentiality and protection. The Contractor should provide information on any protocols related to how the data is stored, destruction schedules of data and access restrictions.

Page 9: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

9

If personally identifiable information is collected, information should be provided on how this information will be anonymized or removed from the dataset before it is provided to the Client. Questions that will be removed from the final dataset should be identified for the client. QUALITY CONTROL: The Contractor is responsible for all quality control of fieldwork. The Contractor will outline its approach to quality control of fieldwork. The Client prefers that all supervisors should complete a separate timestamped questionnaire for each sampling point where they work. The supervisor should include a GPS coordinate, list the interviewers that were present, how many interviews were supervised, and note any issues experienced at the sampling point. This dataset should be provided in SPSS format. All results from back-checks, both direct supervision and central should be provided to the Client. This dataset should be provided in SPSS format. INDEPENDENT DATA AUDIT: The Department of State Office of Opinion Research may wish to organize an independent audit of the final dataset consisting of follow-up interviews among approximately 30% of the original respondents in the survey. The Contractor would be responsible for providing respondents’ contact information to a third party team that would work in such a way that guaranteed the confidentiality of the participants but that could be used to establish an additional level of verification of their participation in the survey.

4.2 Additional Information to include in Proposal:

Strategy for Selection and training of interviewers;

Scheduling and assignment of interviews;

Number of interviewers who will be assigned to this project (Note: No one interviewer should conduct more than approximately five percent of the total number of interviews.);

Fieldwork procedures for interviewers including determination of routes for in-home interviews, number of call backs, and rules governing call-backs and substitution;

Number of supervisors who will be assigned to this project;

Fieldwork quality control procedures, including the number and mode of back-checks and the methods for monitoring interviewers;

Methods for recording non-response rates, including the reasons for non-response (e.g., eligible, but refused; eligible, but no one at home; eligible, but unable to access/contact; not eligible).

The Contractor will provide, if it exists, information on its data sharing, storage and retention policies and protocols

The Contractor will provide, if it exists, information on how it manages and secures personally identifiable information.

The Contractor will provide information on known risks to staff (security, government interference, etc.) and a description of how these risks will be mitigated.

SECTION 5 DATA MANAGEMENT: 5.1 Client Requirements: The Contractor is responsible for processing, cleaning, and coding the data in English, enforcing quality controls for data entry, and detecting data fabrication, if any.

Closed-end or pre-coded questions: The Contractor shall use the codes specified on the final questionnaire for all items. Open-end questions: The Contractor will develop categories of responses based on 200 randomly selected questionnaires from all regions of the sample, providing at least

Page 10: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

10

5 sample responses for each proposed category. Categories must be approved by the Client prior to coding responses. The “Other” category should not include more than 10% of the total responses for any question. If any single response in the “Other” category amounts to more than 2%, then the Contractor will code this response as a separate response, not as “Other.” In addition to coding the data, the Contractor will provide the open-ended responses in the survey language within the final dataset.

If a weight/weights will be applied to the data, the Contractor will provide a detailed description of weighting procedures and targets. Syntax or program used to create the weights must be provided to the Client for replication purposes. The Client must be able to recreate weight values based on this documentation, the data sources, and the data file. Any weights should account for:

The probability of selection of the household and the adult (the base weights should be the inverse of the probability of selection);

Nonresponse and non-coverage;

Adjustments to match population data (describe sources of population data).

5.2 Additional Information to include in Proposal: Description of methods for data entry, verification and cleaning;

Confirmation that the data will be provided in both SPSS and ASCII formats;

Explanation of coding procedures for open-ended questions;

Explanation of weighting procedures (if applicable).

SECTION 6 DELIVERABLES: The Contractor shall deliver the following to the Client by email (except as otherwise noted):

1) Sampling Frame

2) Detailed sampling design including information on:

a. PSU Selection information b. SSU & TSU Selection information (If Applicable) c. Household Selection Information d. Respondent Selection Information

3) Translation and back-translation of the questionnaire; 4) Cognitive interviews report;

5) Pretest dataset and report;

6) Field version(s) of the questionnaire and all show cards; 7) Supervisor Questionnaire and Back-Check dispositions in SPSS

8) Marginal frequencies (weighted, if appropriate) for all questions, including

demographics; 9) The final, cleaned data files including all survey questions, demographics,

interviewing information and (if applicable) weight values; these files shall be in two formats:

a. ASCII, with all records having the same length b. SPSS Windows format (*.sav), with all variables and values labeled in

English;

Page 11: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

11

10) A complete codebook for all survey questions, demographics, interviewing information, and (if applicable) weight values, identifying the column positions of all variables in the ASCII file;

11) A detailed methodological report which contains sufficient details on the sampling

design and weighting so that independent researchers would be able to replicate the survey using only information in the report. In particular, the methodological report shall include the following:

A brief report of any unusual problems or significant events which may have influenced the conduct of the survey or the responses given;

A description of field interviewing, including: the final sample size, exact dates of field work; interviewer selection, training and supervision; and enforcement of quality controls;

A description of the sampling design and procedure, including:

o The universe sampled; o The populations excluded from the sample and why these were

excluded; o Description of statistical documentation used to design the sample

(e.g., census data) and date of the information; o All forms of stratification used, and the basis for stratification; If you

use differential probabilities of selection in sampling (e.g., stratification with different rates by strata), provide the justification for using those rates and describe the expected effects on the variances.

o Selection procedure at each stage of sampling: primary sampling unit (PSU), secondary sampling unit (SSU), ultimate sampling unit, sampling point, household and individual respondent;

o For PSUs and SSUs, indicate the order in which each unit was selected. For systematic sampling, indicate the random seed, random starting point, the skip interval and information on what program or website was used to draw the sample (i.e. Excel, R, Stata, etc.)

If you weight the data, provide a detailed description of weighting procedures. Any code, syntax or program used to create the weights must be provided to the Client. The Client must be able to recreate weight values based on this documentation, the data sources, and the data file. Any weights should account for:

o The probability of selection of the household and the adult (the base weights should be the inverse of the probability of selection);

o Nonresponse and non-coverage; o Adjustments to match population data (describe sources of population

data).

Report on sampling performance, including:

o Information on sampling point substitution, including: a list of sampling points that were replaced, the reason for their replacement, the procedures for replacement, and the replacement sampling points;

o Rate of respondent substitution and procedures for substituting respondents;

o Contact results, by strata, for every attempted household, and the resulting response rate (“RR3” as defined in “Standard Definitions” by the American Association for Public Opinion Research (AAPOR)). Contractors using modified contact sheets should provide the template in its submission.

o An estimate of sampling error that takes into account the actual sampling procedures used (stratification, clustering, etc.). Include a

Page 12: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

12

brief explanation of how interviewing and fieldwork procedures affected the theoretical margin of error.

12) IF PAPI: Selected contact sheets for 10 specific interviewers which the Client will

specify after receipt of the final data set. These may be sent either in hard copy or as a scanned email attachment;

13) IF PAPI: Ten completed questionnaires which the Client will specify after receipt of the final data set (either in hard copy or as a scanned email attachment);

14) Any data cleaning, quality control or analysis syntax/code 15) The Client may request additional supporting documentation to fully understand

the design and conduct of the survey (e.g., interviewer maps).

SECTION 7 SCHEDULE: 7.1 Client Requirements:

Each stage of the survey project should be conducted according to a schedule agreed to by the Contractor and the Client. It is anticipated that the contractor will provide all final deliverables to the Client by DECEMBER, 2019.

7.2 Additional Information to include in Proposal:

Please provide information about any scheduling constraints you may have for the proposed fieldwork period. Estimate the number of working days required to complete each of the following:

Translation and back-translation of the questionnaire (please allow adequate time for Client review);

Cognitive interviews;

Pre-testing of the questionnaire;

Preparing and printing the final questionnaire;

Fieldwork;

Data entry and cleaning;

Preparation and submission of data files and methodological report;

Preparation and submission of all remaining deliverables.

SECTION 8 ADMINISTRATIVE INFORMATION, BILLING, AND PAYMENT: 8.1 Client Requirements: CONFIDENTIALITY: The study is to be conducted in the name of the Contractor, in keeping with standard industry practice. The Client's identity shall not be revealed to field supervisors, interviewers or respondents in order to minimize bias. Further, the Client’s identity, details of the project and the survey results shall not be revealed to outside parties – e.g., media, academic or government – at any point before, during or after completion of the project without the express written permission of the Client. ARCHIVING OF STUDY: The Client may store parts of the study (questionnaires, data set, methodological summary) with a non-profit archive (e.g., the Roper Center, the National Archive and Records Administration). Projects will be embargoed for at least two years, and all identifiable markers of the Contractor will be removed. BILLING AND PAYMENT: Payment is typically authorized either in a single installment upon receipt and approval of all required deliverables, OR in two installments – the first upon approval of the final questionnaire and sampling plan, and the second upon receipt and approval of all required deliverables. Please note, payment cannot be authorized upon commissioning

Page 13: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

13

the survey. All payments will be made in U.S. dollars by electronic funds transfer, so the Contractor needs to provide appropriate banking information.

8.2 Additional Information to include in Proposal:

Budget:

Provide a detailed budget, including ALL anticipated costs, fees and any relevant taxes. Please confirm that your firm will hold the firm-fixed price for 60 calendar days. Also, please note, all bids must be stated in U.S. dollars.

EVALUATION OF PROPOSALS: When drafting proposals, please include all information requested above. Failure to do so will weigh heavily against your selection for this project. It is anticipated that the award will be made without discussions, so Contractors should submit their most advantageous technical response and pricing in response to this RFP. Proposals will be evaluated on the following criteria:

1. Technical Evaluation Factors

Quality of the sampling design; including, but not limited to, the appropriateness of the proposed sampling method to the target population, sample coverage, and robustness of probability sampling method. The Department will evaluate this factor to determine whether or not the sampling design meets all stated criteria of the aforementioned work requirements. A satisfactory design should be based on probability principles and yield relatively unbiased estimates for a representative sample with minimum sampling error and bias.

Quality of data-collection procedures; including, but not limited to, modality, interviewer training, supervision of interviews in the field, and call backs or revisits conducted. The Department will evaluate this factor to determine whether or not the data-collection and data-entry procedures meet all stated criteria of the aforementioned work requirements. A satisfactory procedure is one with sufficient quality control checks in place to insure that data are collected and entered into the system for delivery without any data fabrication, with minimal errors, and with full respect to garnering the most valid and reliable data from each respondent.

Time-frame for delivery of results; including, but not limited to, an appropriate amount of time in the field for the method chosen and delivery of initial deliverables within a reasonable time frame

for the method chosen. The amount of time between the initial delivery of the English

questionnaire through to the delivery of a clean data set.

2. Past Performance and Relevant Experience This will be evaluated by examining the quality of a Contractor’s past performance on similar types of projects (at least three but no more than five) and its capacity to meet the task order requirements, including the performance of its major subcontractors. The Department may also use this to evaluate the credibility of the Contractor's proposal. The Client strongly prefers that the prime contractor have direct experience conducting sampling, administering surveys, and managing fieldwork in BOTSWANA, and that the prime contractor have on staff employees with native fluency in SETSWANA. In addition, the Contracting Officer may use past performance information in making a determination of responsibility. The Contractor shall demonstrate successful past performance during the past three (3) years that reflect conditions, scope, effort, size, and complexity comparable to this solicitation. Contractor's past performance reputation with its customers will also be used. Contractors with no past performance history will be classified as "Neutral" (Acceptable).

3. Price

BASIS FOR AWARD For this solicitation, technical merit, past performance, and relevant experience are more important than price. Award will not be automatically determined by numerical calculation or formula relationship between these variables. As technical merit of the offerors' proposals and past performance becomes more equal, the evaluated price may become the determining factor. The Contracting Officer shall determine what trade-off between technical merit, past performance, and price promises the greatest value to the Government, price and other factors considered. Contract award will be made in accordance with Federal Acquisition Regulations Part 12-Acquisition of Commercial Items, and Part 13-Simplified Acquisition Procedures.

Page 14: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

14

APPLICABLE PROVISIONS AND CLAUSES 52.252-2 Clauses Incorporated by Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

FAR: http://www.acquisition.gov/far/ DOSAR: http://farsite.hill.af.mil/vfdosara.htm

The following clauses are hereby incorporated into this solicitation by reference: -FAR 52.212-1- Instructions to Offerors -FAR 52,212-2-Evaluation - Commercial Items

Appendix A: Key Management and Demographic Questions and Formats

Required Design Questions

Questions Format

Strata Strata Code (If Applicable)

###

Psu Primary Sampling Unit

Id (If Applicable)

###

Ssu Secondary Sampling Unit

Id (If Applicable)

###

cluster Cluster ID ###

Required Management Questions

Question ID Questions Format

Id Respondent ID ###

Intid Interviewer ID ###

SupID Supervisor ID ###

Keypunch Keypuncher ID ###

Month Month ###

Date Date ###

Year Year ###

Page 15: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

15

Eligible Number of Individuals listed in Kish Grid

###

Hour_Start Interview Start Time: Hour

HH

Minute_Start Interview Start Time: Minutes

MM

Second_Start Interview Start Time: Second

SS

Hour_End Interview End Time: Hour

HH

Minute_End Interview End Time: Minutes

MM

Second_End Interview End Time: Second

SS

Latitude GPS Coordinate: Latitude1

## Decimal Degrees

Longitude GPS Coordinate: Longitude2

## Decimal Degrees

Attempts Revisit Attempts ###

Back_Check Back-Checked Categorical Coding

Method_BC Method of Back-check (If Applicable)

Categorical Coding

Comfort Level of Comfort Categorical Coding

Comp Level of Comprehension

Categorical Coding

Adults Number of adults in household

###

Language Language of Interview Categorical Coding

Required Respondent Demographic Questions

Question ID Required Questions Format

Age Exact Age ###

Gender Respondent Gender Categorical Codding

Educ Years of Education ###

Occup Occupation Categorical Coding

Income Household Monthly Income Categorical Coding

1 The Contractor will be responsible for explaining how GPS coordinates can be provided while

maintaining confidentiality 2 The Contractor will be responsible for explaining how GPS coordinates can be provided while

maintaining confidentiality

Page 16: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

16

Ses Socio-economic status3 Categorical Coding

Urban (if applicable) Urban/Rural Categorical Coding

Religion Religion Categorical Coding

Pol_party Political party support (if applicable)

Categorical Coding

Required Interviewer and Management Demographic Questions4

Question ID Required Questions Format

Age_Int Interviewer Age ###

Gender_Int Interviewer Gender Categorical Codding

Educ_Int Interviewer Years of Education

###

Ethnicity_Int Interviewer Ethnicity Categorical Coding

Experience_Int Interviewer Years of Experience

###

Spoken_Int Interviewer Languages Spoken

Multiple Response

Age_Sup Supervisor Age ###

Gender_Sup Supervisor Gender Categorical Codding

Educ_Sup Supervisor Years of Education

###

Ethnicity_Sup Supervisor Ethnicity Categorical Coding

Experience_Sup Supervisor Years of Experience

###

Spoken_Sup Supervisor Languages Spoken

Multiple Response

Appendix B:

3 The Contractor will be responsible for explaining how socio-economic status is defined and whether it

is coded by interviewers or if it is post-facto coding. 4 Interviewer and Supervisor data can be provided in a

separate Excel file that includes the interviewer ID and

supervisor ID. The Client prefers the data to be within

the final respondent SPSS dataset

Page 17: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

17

Supervisor Questionnaire Minimum Data Requirements

Question ID Required Questions Format

Strata Strata (If Applicable) ###

cluster Cluster ID (If Applicable) ###

comment Comment Text

Hour_start Hour Arrived PSU HH

Minute_start Minute Arrived PSU MM

Hour_end Hour Departed PSU HH

Minute_end Minute Departed PSU MM

SupID Supervisor Id ###

Latitude, Longitude GPS Coordinate Decimal Degrees

Int_ID Interviewer Codes Supervised

Numbers separated by

commas

BC Number of Back-Checks Completed

###

Appendix C:

Quality Control Tests Conducted by Client Straights Teleportation Time Duplications Number of Interviews Per Day Proper Kish Selection Supervisor Questionnaire Comparison to Results High Item Non-Response Logic Tests

Appendix D: Example Contact Sheet Data Set

Page 18: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

18

Strata ID ###

PSU ID ###

SSU ID ###

Household Attempt # ###

Partial/ interrupted interview ###

Unknown eligibility (no answer at the door, unable to access building)

###

Outright refusal at the door ###

Refusal By Selected Respondent ###

Selected respondent never available for interview, Selected respondent long-term absence for the fieldwork period

###

Not eligible (does not meet screening criteria/ Non-residential (business)/abandoned home

###

Others (selected respondent not allowed to participate, physically or mentally unable)

###

2. CONTRACTOR’ PROPOSAL

The Contractor shall indicate in his response the proposed contract cost inclusive of

applicable taxes along with proposed contract duration.

L.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY

REFERENCE

(FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference,

with the same force and effect as if they were given in full text. Upon request, the

Contracting Officer will make their full text available. Also, the full text of a clause

may be accessed electronically at: http://acquisition.gov/far/ or

http://farsite.hill.af.mil/vffara.htm.

These addresses are subject to change. If the FAR is not available at the locations

indicated above, use of an Internet “search engine” (for example, Google, Yahoo or

Excite) is suggested to obtain the latest location of the most current FAR provisions.

The following Federal Acquisition Regulation solicitation provisions are incorporated

by reference (48 CFR Chapter 1):

PROVISION TITLE AND DATE

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE

MAINTENANCE

(OCT 2018)

52.215-1 INSTRUCTIONS TO OFFERORS* — COMPETITIVE

ACQUISITION

(JAN 2004)

52.237-1 SITE VISIT (APR 1984

Page 19: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

19

* Offerors are reminded that this provision states that the Government may award a

contract based on initial proposals, without holding discussions.

L.2 SOLICITATION PROVISIONS IN FULL TEXT

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of an indefinite-delivery indefinite-

quantity contract with fixed hourly rates resulting from this solicitation.

(End of provision)

52.233-2 SERVICE OF PROTEST (SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition

Regulation, that are filed directly with an agency, and copies of any protests that are

filed with the General Accounting Office (GAO), shall be served on the Contracting

Officer (addressed as follows) by obtaining written and dated acknowledgment of

receipt from the USA Embassy Gaborone Management Officer.

(b) The copy of any protest shall be received in the office designated above

within one day of filing a protest with the GAO.

(End of provision)

L.3 QUALIFICATIONS OF OFFERORS

Instructions to Offeror. Each offer must consist of the following:

1. List of clients over the past five years, demonstrating prior experience with

relevant past performance information and references including dates of

contracts, places of performance, value of contracts, contact names, telephone

and fax numbers and email addresses. If the offeror has not performed

comparable services in Botswana then the offeror shall provide its

international experience. Offerors are advised that the past performance

information requested above may be discussed with the client’s contact

person. In addition, the client’s contact person may be asked to comment on

the offeror’s:

Quality of services provided under the contract;

Compliance with contract terms and conditions;

Effectiveness of management;

Willingness to cooperate with and assist the customer in routine

matters, and when confronted by unexpected difficulties; and

Business integrity / business conduct.

The Government will use past performance information primarily to assess an

offeror’s capability to meet the solicitation performance requirements,

including the relevance and successful performance of the offeror’s work

experience. The Government may also use this data to evaluate the credibility

of the offeror’s proposal. In addition, the Contracting Officer may use past

performance information in making a determination of responsibility.

2. Evidence that the offeror/quoter can provide the necessary personnel,

equipment, and financial resources needed to perform the work;

3. The offeror shall address its plan to obtain all licenses and permits required by

local law (see DOSAR 652.242-73 in Section 2). If offeror already possesses the

locally required licenses and permits, a copy shall be provided.

4. The offeror’s strategic plan for Commissioning a Public Survey in Botswana in

2019 Have It All Documentary.

services to include but not limited to:

Page 20: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

20

(a) A work plan taking into account all work elements in Section 1,

Performance Work Statement.

(b) Identify types and quantities of equipment, supplies and materials

required for performance of services under this contract. Identify if the offeror

already possesses the listed items and their condition for suitability and if not

already possessed or inadequate for use how and when the items will be

obtained;

(c) Plan of ensuring quality of services including but not limited to

contract administration and oversight; and

L.4 SUBMISSION OF OFFERS

L.4.1 GENERAL

L.4.2 SUMMARY OF INSTRUCTIONS

Each offer must consist of the following physically separate volumes:

Volume Title No. of Copies*

1 Executed Standard Form SF-1449, “Solicitation,

Offer and Award and a completed Section Blocks

17, 24 and 30.

Price Proposal and completed with Prices/Costs

1

2 Business Management/Technical Proposal that

includes: Representations, Certifications and Other

Statements of Offerors

2

The complete offer shall be submitted at the address

indicated at Block 15 of Standard Form (SF) 1449, if mailed, or

the address set forth below, if hand-delivered (if this is left

blank, the address is the same as that in Block 15 of SF 1449).

Offerors shall identify, explain and justify any deviations, exceptions, or

conditional assumptions taken regarding any of the instructions or requirements of

this solicitation.

L.4.3 DETAILED INSTRUCTIONS

L.4.3.1 Volume I: Standard Form (SF) 1449. Complete blocks17, 24

and 30 and the price proposal section F3 including prices for all contract line items for

all periods of performance.

L.4.3.2 Volume II: Business Management/Technical Proposal.

(a) The Business Management/Technical Proposal shall be in two

parts, including the following information:

Proposed Work Information - Provide the following:

(1) A list of the names, addresses and telephone numbers of the

owners, partners, and principal officers of the Offeror;

(2) A list of the names, addresses, and telephone numbers of

subcontractors to be used on the project, indicating what portions of

the work will be performed by them.

Page 21: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

21

Information demonstrating the offeror’s ability to perform, including:

(1) Name of a Project Manager (or other liaison to the USA Embassy

Gaborone who understands written and spoken English;

(2) Evidence that the offeror operates an established business with a

permanent address and telephone listing;

(3) List of clients, demonstrating prior experience with relevant past

performance information and references;

(4) Evidence that the offeror can provide the necessary personnel, equipment,

and financial resources needed to perform the work;

(5) Evidence that the offeror has all licenses and permits required by local law

and any additional items, such as a company brochure, technical proposal, client

list, financial competence.

(6) As required, Certificate of Insurance, offeror shall provide either:

(a) A copy of the Certificate of Insurance, or

(b) A statement that the Contractor will get the required insurance, and the

name of the insurance provider to be used.

Experience and Past Performance - List all contracts and subcontracts

your company has held over the past three years for the same or similar work.

Provide the following information for each contract and subcontract:

(1) Customer's name, address, and telephone numbers of customer's lead

contract and technical personnel;

(2) Contract number and type;

(3) Date of the contract award place(s) of performance, and completion dates;

(4) Contract dollar value;

(5) Brief description of the work, including responsibilities;

(6) Comparability to the work under this solicitation;

(7) Brief discussion of any major technical problems and their resolution;

(8) Method of acquisition (fully competitive, partially competitive, or

noncompetitive), and the basis for award (cost/price, technical merit, etc.);

(9) Percent turnover of contract key technical personnel per year; and

(10) Any terminations (partial or complete) and the reason (convenience or

default).

PROPOSAL PROVISIONS for Commissioning a Public Survey in Botswana in

2019 Have It All Documentary. and the proposal due date is Friday, September

6, 2019 at 10:00 AM. Any proposal received after this date will not be accepted.

1. Technical Proposal = 2 copies

2. Price Proposal = 1 copy plus SF-1449 completed form

Att. GSO-Procurement

“2019 Have It All Documentary”

Commissioning Public Survey in Botswana

Gaborone, Botswana

USA Embassy Gaborone

Government Enclave

Gaborone, Botswana

SECTION 2 - CONTRACT CLAUSES

Page 22: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

22

FAR 52.212-4 CONTRACT TERMS AND CONDITIONS –

COMMERICAL ITEMS (OCT 2018), is incorporated by reference

(see SF-1449, Block 27A).

52.212-5 Contract Terms and Conditions Required To

Implement Statutes or Executive Orders - Commercial Items

(OCT 2018) and (Deviation 2017-02) (June 2017)

(a) The Contractor shall comply with the following

Federal Acquisition Regulation (FAR) clauses, which are

incorporated in this contract by reference, to implement

provisions of law or Executive orders applicable to

acquisitions of commercial items:

(1) 52.203-19, Prohibition on Requiring Certain Internal

Confidentiality Agreements or Statements (Jan 2017)

(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)).

(2) 52.209-10, Prohibition on Contracting with Inverted

Domestic Corporations (Nov 2015).

(3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C.

3553).

(4) 52.233-4, Applicable Law for Breach of Contract Claim

(Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805

note)).

(b) The Contractor shall comply with the FAR clauses in

this paragraph (b) that the Contracting Officer has

indicated as being incorporated in this contract by

reference to implement provisions of law or Executive

orders applicable to acquisitions of commercial items:

[Contracting Officer check as appropriate.]

__ (1) 52.203-6, Restrictions on Subcontractor Sales to

the Government (Sept 2006), with Alternate I (Oct 1995)

(41 U.S.C. 4704 and 10 U.S.C. 2402).

__ (2) 52.203-13, Contractor Code of Business Ethics and

Conduct (Oct 2015) (41 U.S.C. 3509)).

__ (3) 52.203-15, Whistleblower Protections under the

American Recovery and Reinvestment Act of 2009 (June

2010) (Section 1553 of Pub. L. 111-5). (Applies to

Page 23: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

23

contracts funded by the American Recovery and

Reinvestment Act of 2009.)

__ (4) 52.204-10, Reporting Executive Compensation and

First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-

282) (31 U.S.C. 6101 note).

__ (5) [Reserved].

__ (6) 52.204-14, Service Contract Reporting Requirements

(Oct 2016) (Pub. L. 111-117, section 743 of Div. C).

__ (7) 52.204-15, Service Contract Reporting Requirements

for Indefinite-Delivery Contracts (Oct 2016) (Pub. L.

111-117, section 743 of Div. C).

__ (8) 52.209-6, Protecting the Government’s Interest

When Subcontracting with Contractors Debarred, Suspended,

or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101

note).

__ (9) 52.209-9, Updates of Publicly Available

Information Regarding Responsibility Matters (Jul 2013)

(41 U.S.C. 2313).

__ (10) [Reserved].

__ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-

Source Award (Nov 2011) (15 U.S.C. 657a).

__ (ii) Alternate I (Nov 2011) of 52.219-3.

__ (12)(i) 52.219-4, Notice of Price Evaluation

Preference for HUBZone Small Business Concerns (Oct 2014)

(if the offeror elects to waive the preference, it shall

so indicate in its offer) (15 U.S.C. 657a).

__ (ii) Alternate I (Jan 2011) of 52.219-4.

__ (13) [Reserved]

__ (14)(i) 52.219-6, Notice of Total Small Business Set-

Aside (Nov 2011) (15 U.S.C. 644).

__ (ii) Alternate I (Nov 2011).

__ (iii) Alternate II (Nov 2011).

__ (15)(i) 52.219-7, Notice of Partial Small Business

Set-Aside (June 2003) (15 U.S.C. 644).

__ (ii) Alternate I (Oct 1995) of 52.219-7.

__ (iii) Alternate II (Mar 2004) of 52.219-7.

__ (16) 52.219-8, Utilization of Small Business Concerns

(Nov 2016) (15 U.S.C. 637(d)(2) and (3)).

__ (17)(i) 52.219-9, Small Business Subcontracting Plan

(Jan 2017) (15 U.S.C. 637(d)(4)).

__ (ii) Alternate I (Nov 2016) of 52.219-9.

Page 24: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

24

__ (iii) Alternate II (Nov 2016) of 52.219-9.

__ (iv) Alternate III (Nov 2016) of 52.219-9.

__ (v) Alternate IV (Nov 2016) of 52.219-9.

__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov

2011) (15 U.S.C. 644(r)).

__ (19) 52.219-14, Limitations on Subcontracting (Jan

2017) (15 U.S.C. 637(a)(14)).

__ (20) 52.219-16, Liquidated Damages.Subcon-tracting

Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

__ (21) 52.219-27, Notice of Service-Disabled Veteran-

Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657

f).

__ (22) 52.219-28, Post Award Small Business Program

Representation (Jul 2013) (15 U.S.C. 632(a)(2)).

__ (23) 52.219-29, Notice of Set-Aside for, or Sole

Source Award to, Economically Disadvantaged Women-Owned

Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).

__ (24) 52.219-30, Notice of Set-Aside for, or Sole

Source Award to, Women-Owned Small Business Concerns

Eligible Under the Women-Owned Small Business Program

(Dec 2015) (15 U.S.C. 637(m)).

__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

__ (26) 52.222-19, Child Labor. Cooperation with

Authorities and Remedies (Oct 2016) (E.O. 13126).

__ (27) 52.222-21, Prohibition of Segregated Facilities

(Apr 2015).

__ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O.

11246).

__ (29) 52.222-35, Equal Opportunity for Veterans (Oct

2015)(38 U.S.C. 4212).

__ (30) 52.222-36, Equal Opportunity for Workers with

Disabilities (Jul 2014) (29 U.S.C. 793).

__ (31) 52.222-37, Employment Reports on Veterans (Feb

2016) (38 U.S.C. 4212).

__ (32) 52.222-40, Notification of Employee Rights Under

the National Labor Relations Act (Dec 2010) (E.O. 13496).

__ (33)(i) 52.222-50, Combating Trafficking in Persons

(Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

__ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C.

chapter 78 and E.O. 13627).

Page 25: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

25

__ (34) 52.222-54, Employment Eligibility Verification

(Oct 2015). (Executive Order 12989). (Not applicable to

the acquisition of commercially available off-the-shelf

items or certain other types of commercial items as

prescribed in 22.1803.)

__ (35)(i) 52.223-9, Estimate of Percentage of Recovered

Material Content for EPA–Designated Items (May 2008) (42

U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the

acquisition of commercially available off-the-shelf

items.)

__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C.

6962(i)(2)(C)). (Not applicable to the acquisition of

commercially available off-the-shelf items.)

__ (36) 52.223-11, Ozone-Depleting Substances and High

Global Warming Potential Hydrofluorocarbons (Jun 2016)

(E.O. 13693).

__ (37) 52.223-12, Maintenance, Service, Repair, or

Disposal of Refrigeration Equipment and Air Conditioners

(Jun 2016) (E.O. 13693).

__ (38)(i) 52.223-13, Acquisition of EPEAT®-Registered

Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Oct 2015) of 52.223-13.

__ (39)(i) 52.223-14, Acquisition of EPEAT®-Registered

Televisions (Jun 2014) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Jun 2014) of 52.223-14.

__ (40) 52.223-15, Energy Efficiency in Energy-Consuming

Products (Dec 2007) (42 U.S.C. 8259b).

__ (41)(i) 52.223-16, Acquisition of EPEAT®-Registered

Personal Computer Products (Oct 2015) (E.O.s 13423 and

13514).

__ (ii) Alternate I (Jun 2014) of 52.223-16.

__ (42) 52.223-18, Encouraging Contractor Policies to Ban

Text Messaging While Driving (Aug 2011) (E.O. 13513).

__ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).

__ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693).

__ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5

U.S.C. 552a).

__ (ii) Alternate I (JAN 2017) of 52.224-3.

__ (46) 52.225-1, Buy American.Supplies (May 2014) (41

U.S.C. chapter 83).

Page 26: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

26

__ (47)(i) 52.225-3, Buy American.Free Trade

Agreements.Israeli Trade Act (May 2014) (41 U.S.C.

chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19

U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182,

108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-

283, 110-138, 112-41, 112-42, and 112-43.

__ (ii) Alternate I (May 2014) of 52.225-3.

__ (iii) Alternate II (May 2014) of 52.225-3.

__ (iv) Alternate III (May 2014) of 52.225-3.

__ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C.

2501, et seq., 19 U.S.C. 3301 note).

__ (49) 52.225-13, Restrictions on Certain Foreign

Purchases (June 2008) (E.O.’s, proclamations, and

statutes administered by the Office of Foreign Assets

Control of the Department of the Treasury).

__ (50) 52.225-26, Contractors Performing Private

Security Functions Outside the United States (Oct 2016)

(Section 862, as amended, of the National Defense

Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302

Note).

__ (51) 52.226-4, Notice of Disaster or Emergency Area

Set-Aside (Nov 2007) (42 U.S.C. 5150).

__ (52) 52.226-5, Restrictions on Subcontracting Outside

Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).

__ (53) 52.232-29, Terms for Financing of Purchases of

Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C.

2307(f)).

__ (54) 52.232-30, Installment Payments for Commercial

Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

__ (55) 52.232-33, Payment by Electronic Funds

Transfer.System for Award Management (Jul 2013) (31

U.S.C. 3332).

__ (56) 52.232-34, Payment by Electronic Funds

Transfer.Other than System for Award Management (Jul

2013) (31 U.S.C. 3332).

__ (57) 52.232-36, Payment by Third Party (May 2014) (31

U.S.C. 3332).

__ (58) 52.239-1, Privacy or Security Safeguards (Aug

1996) (5 U.S.C. 552a).

__ (59) 52.242-5, Payments to Small Business

Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)).

Page 27: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

27

__ (60)(i) 52.247-64, Preference for Privately Owned

U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx.

1241(b) and 10 U.S.C. 2631).

__ (ii) Alternate I (Apr 2003) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in

this paragraph (c), applicable to commercial services,

that the Contracting Officer has indicated as being

incorporated in this contract by reference to implement

provisions of law or Executive orders applicable to

acquisitions of commercial items:

[Contracting Officer check as appropriate.]

__ (1) 52.222-17, Nondisplacement of Qualified Workers

(May 2014)(E.O. 13495).

__ (2) 52.222-41, Service Contract Labor Standards (May

2014) (41 U.S.C. chapter 67).

__ (3) 52.222-42, Statement of Equivalent Rates for

Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C.

chapter 67).

__ (4) 52.222-43, Fair Labor Standards Act and Service

Contract Labor Standards-Price Adjustment (Multiple Year

and Option Contracts) (May 2014) (29 U.S.C. 206 and 41

U.S.C. chapter 67).

__ (5) 52.222-44, Fair Labor Standards Act and Service

Contract Labor Standards.Price Adjustment (May 2014) (29

U.S.C. 206 and 41 U.S.C. chapter 67).

__ (6) 52.222-51, Exemption from Application of the

Service Contract Labor Standards to Contracts for

Maintenance, Calibration, or Repair of Certain

Equipment.Requirements (May 2014) (41 U.S.C. chapter 67).

__ (7) 52.222-53, Exemption from Application of the

Service Contract Labor Standards to Contracts for Certain

Services.Requirements (May 2014) (41 U.S.C. chapter 67).

__ (8) 52.222-55, Minimum Wages Under Executive Order

13658 (Dec 2015).

__ (9) 52.222-62, Paid Sick Leave Under Executive Order

13706 (JAN 2017) (E.O. 13706).

__ (10) 52.226-6, Promoting Excess Food Donation to

Nonprofit Organizations (May 2014) (42 U.S.C. 1792).

__ (11) 52.237-11, Accepting and Dispensing of $1 Coin

(Sept 2008) (31 U.S.C. 5112(p)(1)).

Page 28: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

28

(d) Comptroller General Examination of Record. The

Contractor shall comply with the provisions of this

paragraph (d) if this contract was awarded using other

than sealed bid, is in excess of the simplified

acquisition threshold, and does not contain the clause at

52.215-2, Audit and Records. Negotiation.

(1) The Comptroller General of the United States, or an

authorized representative of the Comptroller General,

shall have access to and right to examine any of the

Contractor’s directly pertinent records involving

transactions related to this contract.

(2) The Contractor shall make available at its offices at

all reasonable times the records, materials, and other

evidence for examination, audit, or reproduction, until 3

years after final payment under this contract or for any

shorter period specified in FAR subpart 4.7, Contractor

Records Retention, of the other clauses of this contract.

If this contract is completely or partially terminated,

the records relating to the work terminated shall be made

available for 3 years after any resulting final

termination settlement. Records relating to appeals under

the disputes clause or to litigation or the settlement of

claims arising under or relating to this contract shall

be made available until such appeals, litigation, or

claims are finally resolved.

(3) As used in this clause, records include books,

documents, accounting procedures and practices, and other

data, regardless of type and regardless of form. This

does not require the Contractor to create or maintain any

record that the Contractor does not maintain in the

ordinary course of business or pursuant to a provision of

law.

(e)(1) Notwithstanding the requirements of the clauses in

paragraphs (a), (b), (c), and (d) of this clause, the

Contractor is not required to flow down any FAR clause,

other than those in this paragraph (e)(1) in a

subcontract for commercial items. Unless otherwise

indicated below, the extent of the flow down shall be as

required by the clause.

(i) 52.203-13, Contractor Code of Business Ethics and

Conduct (Oct 2015) (41 U.S.C. 3509).

Page 29: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

29

(ii) 52.203-19, Prohibition on Requiring Certain Internal

Confidentiality Agreements or Statements (Jan 2017)

(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)).

(iii) 52.219-8, Utilization of Small Business Concerns

(Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all

subcontracts that offer further subcontracting

opportunities. If the subcontract (except subcontracts to

small business concerns) exceeds $700,000 ($1.5 million

for construction of any public facility), the

subcontractor must include 52.219-8 in lower tier

subcontracts that offer subcontracting opportunities.

(iv) 52.222-17, Nondisplacement of Qualified Workers (May

2014) (E.O. 13495). Flow down required in accordance with

paragraph (l) of FAR clause 52.222-17.

(v) 52.222-21, Prohibition of Segregated Facilities (Apr

2015)

(vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O.

11246).

(vii) 52.222-35, Equal Opportunity for Veterans (Oct

2015) (38 U.S.C. 4212).

(viii) 52.222-36, Equal Opportunity for Workers with

Disabilities (Jul 2014) (29 U.S.C. 793).

(ix) 52.222-37, Employment Reports on Veterans (Feb 2016)

(38 U.S.C. 4212)

(x) 52.222-40, Notification of Employee Rights Under the

National Labor Relations Act (Dec 2010) (E.O. 13496).

Flow down required in accordance with paragraph (f) of

FAR clause 52.222-40.

(xi) 52.222-41, Service Contract Labor Standards (May

2014) (41 U.S.C. chapter 67).

(xii)

__(A) 52.222-50, Combating Trafficking in Persons (Mar

2015) (22 U.S.C. chapter 78 and E.O 13627).

__(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C.

chapter 78 and E.O 13627).

(xiii) 52.222-51, Exemption from Application of the

Service Contract Labor Standards to Contracts for

Page 30: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

30

Maintenance, Calibration, or Repair of Certain Equipment-

Requirements (May 2014) (41 U.S.C. chapter 67).

(xiv) 52.222-53, Exemption from Application of the

Service Contract Labor Standards to Contracts for Certain

Services-Requirements (May 2014) (41 U.S.C. chapter 67).

(xv) 52.222-54, Employment Eligibility Verification (Oct

2015) (E.O. 12989).

(xvi) 52.222-55, Minimum Wages Under Executive Order

13658 (Dec 2015).

(xvii) 52.222-62, Paid Sick Leave Under Executive Order

13706 (Jan 2017) (E.O. 13706).

(xviii)(A) 52.224-3, Privacy Training (Jan 2017) (5

U.S.C. 552a).

(B) Alternate I (Jan 2017) of 52.224-3.

(xix) 52.225-26, Contractors Performing Private Security

Functions Outside the United States (Oct 2016) (Section

862, as amended, of the National Defense Authorization

Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xx) 52.226-6, Promoting Excess Food Donation to

Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow

down required in accordance with paragraph (e) of FAR

clause 52.226-6.

(xxi) 52.247-64, Preference for Privately Owned U.S.-Flag

Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b)

and 10 U.S.C. 2631). Flow down required in accordance

with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its

subcontracts for commercial items a minimal number of

additional clauses necessary to satisfy its contractual

obligations.

(End of clause)

ADDENDUM TO CONTRACT CLAUSES

FAR AND DOSAR CLAUSES NOT PRESCRIBED IN PART 12

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by

reference, with the same force and effect as if they were

given in full text. Upon request, the Contracting

Officer will make their full text available. Also, the

full text of a clause may be accessed electronically at:

Page 31: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

31

http://www.acquisition.gov/far/ or,

http://farsite.hill.af.mil/vffara.htm

These addresses are subject to change. If the Federal

Acquisition Regulation (FAR) is not available at the

locations indicated above, use the Department of State

Acquisition website at https://www.ecfr.gov/cgi-bin/text-

idx?SID=2e978208d0d2aa44fb9502725ecac4e5&mc=true&tpl=/ecf

rbrowse/Title48/48chapter6.tpl to see the links to the

FAR. You may also use an internet “search engine” (for

example, Google, Yahoo, Excite) to obtain the latest

location of the most current FAR.

The following Federal Acquisition Regulations are

incorporated by reference:

CLAUSE TITLE AND DATE

52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND

REQUIREMENT TO INFORM EMPLOYEES OF

WHISTLEBLOWER RIGHTS (APR 2014)

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR

PERSONNEL (JAN 2011)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

52.204-18 COMMERCIAL AND GOVERNMENTENTITY CODE

MAINTENANCE

(OCT 2018)

52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND

TRANSLATION OF CONTRACT (FEB 2000)

52.228-3 Workers’ Compensation Insurance (Defense Base

Act) JUL 2014

52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION

(JAN 1997)

52.229-6 FOREIGN FIXED PRICE CONTRACTS (FEB 2013)

52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS

(JUNE 2013)

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL

BUSINESS SUBCONTRACTORS (DEC 2013)

52.236-13 ACCIDENT PREVENTION (NOV 1991)

Page 32: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

32

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of

any services within the limits and at the rates specified

in the contract. The option provision may be exercised

more than once, but the total extension of performance

hereunder shall not exceed 6 months. The Contracting

Officer may exercise the option by written notice to the

Contractor within the performance period of the contract.

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT

(MAR 2000)

(a) The Government may extend the term of this

contract by written notice to the Contractor within the

performance period of the contract or within 30 days

after funds for the option year become available,

whichever is later.

(b) If the Government exercises this option, the

extended contract shall be considered to include this

option clause.

(c) The total duration of this contract, including

the exercise of any options under this clause, shall not

exceed five (5) years.

52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL

YEAR (APR 1984)

Funds are not presently available for performance

under this contract beyond September 30 of the current

calendar year. The Government's obligation for

performance of this contract beyond that date is

contingent upon the availability of appropriated funds

from which payment for contract purposes can be made. No

legal liability on the part of the Government for any

payment may arise for performance under this contract

September 30 of the current calendar year, until funds

are made available to the Contracting Officer for

performance and until the Contractor receives notice of

availability, to be confirmed in writing by the

Contracting Officer.

The following DOSAR clause(s) is/are provided in full

text:

Page 33: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

33

652.204-70 DEPARTMENT OF STATE PERSONAL

IDENTIFICATION CARD ISSUANCE (MAY 2011)

(a) The Contractor shall comply with the Department of

State (DOS) Personal Identification Card Issuance

Procedures for all employees performing under this

contract who require frequent and continuing access to

DOS facilities, or information systems. The Contractor

shall insert this clause in all subcontracts when the

subcontractor’s employees will require frequent and

continuing access to DOS facilities, or information

systems.

(b) The DOS Personal Identification Card Issuance

Procedures may be accessed at

http://www.state.gov/m/ds/rls/rpt/c21664.htm .

(End of clause)

CONTRACTOR IDENTIFICATION (JULY 2008)

Contract performance may require contractor personnel to

attend meetings with government personnel and the public,

work within government offices, and/or utilize government

email.

Contractor personnel must take the following actions to

identify themselves as non-federal employees:

1) Use an email signature block that shows name, the office being supported and company affiliation (e.g.

“John Smith, Office of Human Resources, ACME

Corporation Support Contractor”);

2) Clearly identify themselves and their contractor affiliation in meetings;

3) Identify their contractor affiliation in

Departmental e-mail and phone listings whenever

contractor personnel are included in those listings;

and

4) Contractor personnel may not utilize Department of

State logos or indicia on business cards.

652.232-70 PAYMENT SCHEDULE AND INVOICE SUBMISSION

(FIXED-PRICE) (AUG 1999)

(a) General. The Government shall pay the

Contractor as full compensation for all work required,

Page 34: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

34

performed, and accepted under this contract the firm

fixed-price stated in this contract.

652.236-70 ADDITIONAL SAFETY MEASURES (OCT 2017)

In addition to the safety/accident prevention requirements

of FAR 52.236-13, Accident Prevention Alternate I, the

contractor shall comply with the following additional

safety measures.

(a) High Risk Activities. If the project contains any

of the following high risk activities, the contractor shall

follow the section in the latest edition, as of the date

of the solicitation, of the U.S. Army Corps of Engineers

Safety and Health manual, EM 385-1-1, that corresponds to

the high risk activity. Before work may proceed, the

contractor must obtain approval from the COR of the written

safety plan required by FAR 52.236-13, Accident Prevention

Alternate I (see paragraph (f) below), containing specific

hazard mitigation and control techniques.

(1) Scaffolding;

(2) Work at heights above 1.8 meters;

(3) Trenching or other excavation greater than one (1)

meter in depth;

(4) Earth-moving equipment and other large vehicles;

(5) Cranes and rigging;

(6) Welding or cutting and other hot work;

(7) Partial or total demolition of a structure;

(8) Temporary wiring, use of portable electric tools,

or other recognized electrical hazards. Temporary wiring

and portable electric tools require the use of a ground

fault circuit interrupter (GFCI) in the affected circuits;

other electrical hazards may also require the use of a

GFCI;

(9) Work in confined spaces (limited exits, potential

for oxygen less than 19.5 percent or combustible

atmosphere, potential for solid or liquid engulfment, or

other hazards considered to be immediately dangerous to

life or health such as water tanks, transformer vaults,

sewers, cisterns, etc.);

Page 35: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

35

(10) Hazardous materials - a material with a physical

or health hazard including but not limited to, flammable,

explosive, corrosive, toxic, reactive or unstable, or any

operations, which creates any kind of contamination inside

an occupied building such as dust from demolition

activities, paints, solvents, etc.; or

(11) Hazardous noise levels as required in EM 385-1

Section 5B or local standards if more restrictive.

(b) Safety and Health Requirements. The contractor and

all subcontractors shall comply with the latest edition of

the U.S. Army Corps of Engineers Safety and Health manual

EM 385-1-1, or OSHA 29 CFR parts 1910 or 1926 if no EM 385-

1-1 requirements are applicable, and the accepted

contractor’s written safety program.

(c) Mishap Reporting. The contractor is required to

report immediately all mishaps to the COR and the

contracting officer. A “mishap” is any event causing

injury, disease or illness, death, material loss or

property damage, or incident causing environmental

contamination. The mishap reporting requirement shall

include fires, explosions, hazardous materials

contamination, and other similar incidents that may

threaten people, property, and equipment.

(d) Records. The contractor shall maintain an accurate

record on all mishaps incident to work performed under this

contract resulting in death, traumatic injury, occupational

disease, or damage to or theft of property, materials,

supplies, or equipment. The contractor shall report this

data in the manner prescribed by the contracting officer.

(e) Subcontracts. The contractor shall insert this

clause, including this paragraph (e), with appropriate

changes in the designation of the parties, in subcontracts.

(f) Written program. The plan required by paragraph

(f)(1) of the clause entitled “Accident Prevention

Alternate I” shall be known as the Site Safety and Health

Plan (SSHP) and shall address any activities listed in

paragraph (a) of this clause, or as otherwise required by

the contracting officer/COR.

(1) The SSHP shall be submitted at least

10 working days prior to commencing any activity at

the site.

(2) The plan must address developing

activity hazard analyses (AHAs) for specific tasks.

Page 36: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

36

The AHAs shall define the activities being

performed and identify the work sequences, the

specific anticipated hazards, site conditions,

equipment, materials, and the control measures to

be implemented to eliminate or reduce each hazard

to an acceptable level of risk. Work shall not

begin until the AHA for the work activity has been

accepted by the COR and discussed with all engaged

in the activity, including the Contractor,

subcontractor(s), and Government on-site

representatives.

(3) The names of the Competent/Qualified Person(s)

required for a particular activity (for example,

excavations, scaffolding, fall protection, other

activities as specified by EM 385-1-1) shall be identified

and included in the AHA. Proof of their

competency/qualification shall be submitted to the

contracting officer or COR for acceptance prior to the

start of that work activity. The AHA shall be reviewed and

modified as necessary to address changing site conditions,

operations, or change of competent/qualified person(s).

(End of clause)

652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR)

(AUG 1999)

(a) The Contracting Officer may designate in

writing one or more Government employees, by name or

position title, to take action for the Contracting

Officer under this contract. Each designee shall be

identified as a Contracting Officer’s Representative

(COR). Such designation(s) shall specify the scope and

limitations of the authority so delegated; provided, that

the designee shall not change the terms or conditions of

the contract, unless the COR is a warranted Contracting

Officer and this authority is delegated in the

designation.

(b) The COR for this contract is the CDC Facilities

Manager

652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999)

(a) The Contractor warrants the following:

(1) That is has obtained authorization to operate

and do business in the country or countries in which this

contract will be performed;

Page 37: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

37

(2) That is has obtained all necessary licenses and

permits required to perform this contract; and,

(3) That it shall comply fully with all laws,

decrees, labor standards, and regulations of said country or

countries during the performance of this contract.

(b) If the party actually performing the work will

be a subcontractor or joint venture partner, then such

subcontractor or joint venture partner agrees to the

requirements of paragraph (a) of this clause.

This is to certify that the item(s) covered by this

contract is/are for export solely for the use of the U.S.

Foreign Service Post identified in the contract schedule.

The Contractor shall use a photocopy of this contract as evidence of intent to export. Final proof of exportation may be obtained from the agent handling the shipment. Such proof shall be accepted in lieu of payment of excise tax.

SECTION 3 – SOLICITATION PROVISIONS

FAR 52.212-1 INSTRUCTIONS TO OFFERORS --

COMMERCIAL ITEMS (OCT 2018) is incorporated by reference

(See SF-1449, Block 27A)

ADDENDUM TO 52.212-1

A. SUMMARY OF INSTRUCTIONS. Each offer must consist of

the following:

A.1. A completed solicitation, in which the SF-1449 cover page (blocks 17, 24 and

30 as appropriate), and Section 1 has been filled out.

The Offeror shall include Defense Base Act (DBA) insurance premium costs

covering employees. The offeror may obtain DBA insurance directly from any

Department of Labor approved providers at the DOL website at

http://www.dol.gov/owcp/dlhwc/lscarrier.htm ]

A.2. Information demonstrating the offeror’s/quoter’s

ability to perform, including:

(1) Name of a Project Manager (or other liaison to

the Embassy/Consulate) who understands written and

spoken English;

(2) Evidence that the offeror/quoter operates an

established business with a permanent address and

telephone listing;

Page 38: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

38

(3) List of clients over the past five (5) years,

demonstrating prior experience with relevant past

performance information and references (provide dates

of contracts, places of performance, value of

contracts, contact names, telephone and fax numbers and

email addresses). If the offeror has not performed

comparable services in Botswana then the offeror shall

provide its international experience. Offerors are

advised that the past performance information requested

above may be discussed with the client’s contact

person. In addition, the client’s contact person may

be asked to comment on the offeror’s:

Quality of services provided under the contract;

Compliance with contract terms and conditions;

Effectiveness of management;

Willingness to cooperate with and assist the customer in routine matters, and when

confronted by unexpected difficulties; and

Business integrity / business conduct.

The Government will use past performance information

primarily to assess an offeror’s capability to meet the

solicitation performance requirements, including the

relevance and successful performance of the offeror’s

work experience. The Government may also use this data

to evaluate the credibility of the offeror’s proposal.

In addition, the Contracting Officer may use past

performance information in making a determination of

responsibility.

(4) Evidence that the offeror/quoter can provide

the necessary personnel, equipment, and financial

resources needed to perform the work;

(5) The offeror shall address its plan to obtain all

licenses and permits required by local law (see DOSAR

652.242-73 in Section 2). If offeror already possesses

the locally required licenses and permits, a copy shall

be provided

(6) The offeror’s strategic plan for Generator

Preventive Maintenance Services to include but not

limited to:

(a) A work plan taking into account all work

elements in Section 1, Performance Work Statement.

(b) Identify types and quantities of

equipment, supplies and materials required for

Page 39: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

39

performance of services under this contract.

Identify if the offeror already possesses the listed

items and their condition for suitability and if not

already possessed or inadequate for use how and when

the items will be obtained;

(c) Plan of ensuring quality of services

including but not limited to contract administration

and oversight; and

(d) (1) If insurance is required by the

solicitation, a copy of the Certificate of

Insurance(s), or (2) a statement that the Contractor

will get the required insurance, and the name of the

insurance provider to be used.

ADDENDUM TO SOLICITATION PROVISIONS

FAR AND DOSAR PROVISIONS NOT PRESCRIBED IN PART 12

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY

REFERENCE (FEB 1998)

This solicitation incorporates one or more

solicitation provisions by reference, with the same force

and effect as if they were given in full text. Upon

request, the Contracting Officer will make their full

text available. Also, the full text of a clause may be

accessed electronically at:

http://www.acquisition.gov/far/ or

http://farsite.hill.af.mil/vffara.htm

These addresses are subject to change. If the FAR

is not available at the locations indicated above, use of

an internet “search engine” (for example, Google, Yahoo,

Excite) is suggested to obtain the latest location of the

most current FAR provisions.

The following Federal Acquisition Regulation solicitation

provision(s) is/are incorporated by reference:

PROVISION TITLE AND DATE

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

(JULY 2016)

52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)

Please contact Leonard Thebe at 373-2356 or

[email protected] for any further

clarifications. It is very essential that all prospective

vendors or contractors should adhere to all the

submission dates for both the representatives and the

Page 40: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

40

proposal submission dates. Any submission after the said

dates on this proposal will not be accepted.

PROPOSAL PROVISIONS – for Commissioning a Public Survey in Botswana

in 2019. The proposal due date is September 6, 2019 at 10:00 AM. Any

proposal received after this date will not be accepted.

3. Technical Proposal = 2 copies 4. Price Proposal = 1 copy plus SF-1449 completed form

Att. GSO-Procurement

2019 Have It All Documentary”

Commissioning Public Survey in Botswana. - Proposal

USA Embassy Gaborone

Government Enclave

Gaborone, Botswana

SECTION 4 - EVALUATION FACTORS

The Government intends to award a contract/purchase order

resulting from this solicitation to the lowest priced,

technically acceptable offeror/quoter who is a

responsible contractor. The evaluation process shall

include the following:

(a) COMPLIANCE REVIEW. The Government will perform

an initial review of proposals/quotations received to

determine compliance with the terms of the solicitation.

The Government may reject as unacceptable

proposals/quotations that do not conform to the

solicitation.

(b) TECHNICAL ACCEPTABILITY. Technical

acceptability will include a review of past performance

and experience as defined in Section 3, along with any

technical information provided by the offeror with its

proposal/quotation.

(c) PRICE EVALUATION. The lowest price will be

determined by multiplying the offered prices times the

estimated quantities in “Prices - Continuation of SF-

1449, block 23”, and arriving at a grand total, including

all options. The Government reserves the right to reject

proposals that are unreasonably low or high in price.

(d) RESPONSIBILITY DETERMINATION. The Government

will determine contractor responsibility by analyzing

whether the apparent successful offeror complies with the

requirements of FAR 9.1, including:

Page 41: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

41

Adequate financial resources or the ability to

obtain them;

Ability to comply with the required performance

period, taking into consideration all existing

commercial and governmental business commitments;

Satisfactory record of integrity and business

ethics;

Necessary organization, experience, and skills or

the ability to obtain them;

Necessary equipment and facilities or the ability

to obtain them; and

Otherwise qualified and eligible to receive an

award under applicable laws and regulations.

ADDENDUM TO EVALUATION FACTORS

FAR AND DOSAR PROVISION(S) NOT PRESCRIBED IN PART 12

The following FAR provision(s) is/are provided in full

text:

52.217-5 EVALUATION OF OPTIONS (JUL 1990)

The Government will evaluate offers for award

purposes by adding the total price for all options to the

total price for the basic requirement. Evaluation of

options will not obligate the Government to exercise the

option(s).

If the Government receives offers in more than one

currency, the Government will evaluate offers by

converting the foreign currency to United States currency

using the exchange rate used by the Embassy in effect as

follows:

(a) For acquisitions conducted using sealed bidding

procedures, on the date of bid opening.

(b) For acquisitions conducted using negotiation

procedures—

(1) On the date specified for receipt of

offers, if award is based on initial offers;

otherwise

Page 42: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

42

(2) On the date specified for receipt of

proposal revisions.

Page 43: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

43

SECTION 5 - REPRESENTATIONS AND CERTIFICATIONS

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS

(OCT 2018)

The Offeror shall complete only paragraph (b) of this

provision if the Offeror has completed the annual

representations and certification electronically in the

System for Award Management (SAM) accessed

through https://www.sam.gov. If the Offeror has not

completed the annual representations and certifications

electronically, the Offeror shall complete only

paragraphs (c) through (u)) of this provision.

(a) Definitions. As used in this provision—

“Economically disadvantaged women-owned small business

(EDWOSB) concern” means a small business concern that is

at least 51 percent directly and unconditionally owned

by, and the management and daily business operations of

which are controlled by, one or more women who are

citizens of the United States and who are economically

disadvantaged in accordance with 13 CFR part 127. It

automatically qualifies as a women-owned small business

eligible under the WOSB Program.

“Highest-level owner” means the entity that owns or

controls an immediate owner of the offeror, or that owns

or controls one or more entities that control an

immediate owner of the offeror. No entity owns or

exercises control of the highest level owner.

“Immediate owner” means an entity, other than the

offeror, that has direct control of the offeror.

Indicators of control include, but are not limited to,

one or more of the following: ownership or interlocking

management, identity of interests among family members,

shared facilities and equipment, and the common use of

employees.

“Inverted domestic corporation”, means a foreign

incorporated entity that meets the definition of an

inverted domestic corporation under 6 U.S.C. 395(b),

applied in accordance with the rules and definitions of 6

U.S.C. 395(c).

“Manufactured end product” means any end product in

product and service codes (PSCs) 1000-9999, except—

(1) PSC 5510, Lumber and Related Basic Wood Materials;

(2) Product or Service Group (PSG) 87, Agricultural

Supplies;

(3) PSG 88, Live Animals;

Page 44: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

44

(4) PSG 89, Subsistence;

(5) PSC 9410, Crude Grades of Plant Materials;

(6) PSC 9430, Miscellaneous Crude Animal Products,

Inedible;

(7) PSC 9440, Miscellaneous Crude Agricultural and

Forestry Products;

(8) PSC 9610, Ores;

(9) PSC 9620, Minerals, Natural and Synthetic; and

(10) PSC 9630, Additive Metal Materials.

“Place of manufacture” means the place where an end

product is assembled out of components, or otherwise made

or processed from raw materials into the finished product

that is to be provided to the Government. If a product is

disassembled and reassembled, the place of reassembly is

not the place of manufacture.

“Predecessor” means an entity that is replaced by a

successor and includes any predecessors of the

predecessor.

“Restricted business operations” means business

operations in Sudan that include power production

activities, mineral extraction activities, oil-related

activities, or the production of military equipment, as

those terms are defined in the Sudan Accountability and

Divestment Act of 2007 (Pub. L. 110-174). Restricted

business operations do not include business operations

that the person (as that term is defined in Section 2 of

the Sudan Accountability and Divestment Act of 2007)

conducting the business can demonstrate—

(1) Are conducted under contract directly and

exclusively with the regional government of southern

Sudan;

(2) Are conducted pursuant to specific authorization

from the Office of Foreign Assets Control in the

Department of the Treasury, or are expressly exempted

under Federal law from the requirement to be conducted

under such authorization;

(3) Consist of providing goods or services to

marginalized populations of Sudan;

(4) Consist of providing goods or services to an

internationally recognized peacekeeping force or

humanitarian organization;

(5) Consist of providing goods or services that are

used only to promote health or education; or

(6) Have been voluntarily suspended.

“Sensitive technology”—

(1) Means hardware, software, telecommunications

equipment, or any other technology that is to be used

specifically—

Page 45: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

45

(i) To restrict the free flow of unbiased

information in Iran; or

(ii) To disrupt, monitor, or otherwise restrict

speech of the people of Iran; and

(2) Does not include information or informational

materials the export of which the President does not have

the authority to regulate or prohibit pursuant to section

203(b)(3) of the International Emergency Economic Powers

Act (50 U.S.C. 1702(b)(3)).

“Service-disabled veteran-owned small business concern”—

(1) Means a small business concern—

(i) Not less than 51 percent of which is owned by

one or more service-disabled veterans or, in the case of

any publicly owned business, not less than 51 percent of

the stock of which is owned by one or more service-

disabled veterans; and

(ii) The management and daily business operations of

which are controlled by one or more service-disabled

veterans or, in the case of a service-disabled veteran

with permanent and severe disability, the spouse or

permanent caregiver of such veteran.

(2) Service-disabled veteran means a veteran, as

defined in 38 U.S.C. 101(2), with a disability that is

service-connected, as defined in 38 U.S.C. 101(16).

“Small business concern” means a concern, including its

affiliates, that is independently owned and operated, not

dominant in the field of operation in which it is bidding

on Government contracts, and qualified as a small

business under the criteria in 13 CFR Part 121 and size

standards in this solicitation.

“Small disadvantaged business concern”, consistent with

13 CFR 124.1002, means a small business concern under the

size standard applicable to the acquisition, that—

(1) Is at least 51 percent unconditionally and

directly owned (as defined at 13 CFR 124.105) by—

(i) One or more socially disadvantaged (as defined

at 13 CFR 124.103) and economically disadvantaged (as

defined at 13 CFR 124.104) individuals who are citizens

of the United States; and

(ii) Each individual claiming economic disadvantage

has a net worth not exceeding $750,000 after taking into

account the applicable exclusions set forth at 13 CFR

124.104(c)(2); and

(2) The management and daily business operations of

which are controlled (as defined at 13.CFR 124.106) by

individuals, who meet the criteria in paragraphs (1)(i)

and (ii) of this definition.

Page 46: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

46

“Subsidiary” means an entity in which more than 50

percent of the entity is owned—

(1) Directly by a parent corporation; or

(2) Through another subsidiary of a parent

corporation.

“Veteran-owned small business concern” means a small

business concern—

(1) Not less than 51 percent of which is owned by one

or more veterans (as defined at 38 U.S.C. 101(2)) or, in

the case of any publicly owned business, not less than 51

percent of the stock of which is owned by one or more

veterans; and

(2) The management and daily business operations of

which are controlled by one or more veterans.

“Successor” means an entity that has replaced a

predecessor by acquiring the assets and carrying out the

affairs of the predecessor under a new name (often

through acquisition or merger). The term “successor” does

not include new offices/divisions of the same company or

a company that only changes its name. The extent of the

responsibility of the successor for the liabilities of

the predecessor may vary, depending on State law and

specific circumstances.

“Women-owned business concern” means a concern which is

at least 51 percent owned by one or more women; or in the

case of any publicly owned business, at least 51 percent

of its stock is owned by one or more women; and whose

management and daily business operations are controlled

by one or more women.

“Women-owned small business concern” means a small

business concern—

(1) That is at least 51 percent owned by one or more

women; or, in the case of any publicly owned business, at

least 51 percent of the stock of which is owned by one or

more women; and

(2) Whose management and daily business operations are

controlled by one or more women.

“Women-owned small business (WOSB) concern eligible

under the WOSB Program” (in accordance with 13 CFR part

127), means a small business concern that is at least 51

percent directly and unconditionally owned by, and the

management and daily business operations of which are

controlled by, one or more women who are citizens of the

United States.

(b)(1) Annual Representations and Certifications. Any

changes provided by the Offeror in paragraph (b)(2) of

this provision do not automatically change the

representations and certifications in SAM.

Page 47: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

47

(2) The offeror has completed the annual

representations and certifications electronically in SAM

accessed through http://www.sam.gov. After reviewing SAM

information, the Offeror verifies by submission of this

offer that the representations and certifications

currently posted electronically at FAR 52.212-3, Offeror

Representations and Certifications-Commercial Items, have

been entered or updated in the last 12 months, are

current, accurate, complete, and applicable to this

solicitation (including the business size standard

applicable to the NAICS code referenced for this

solicitation), at the time this offer is submitted and

are incorporated in this offer by reference (see

FAR 4.1201), except for paragraphs ___________.

[Offeror to identify the applicable paragraphs at (c)

through (u) of this provision that the offeror has

completed for the purposes of this solicitation only, if

any.

These amended representation(s) and/or certification(s)

are also incorporated in this offer and are current,

accurate, and complete as of the date of this offer.

Any changes provided by the offeror are applicable to

this solicitation only, and do not result in an update to

the representations and certifications posted

electronically on SAM.]

(c) Offerors must complete the following representations

when the resulting contract will be performed in the

United States or its outlying areas. Check all that

apply.

(1) Small business concern. The offeror represents as

part of its offer that it □ is, □ is not a small business

concern.

(2) Veteran-owned small business concern. [Complete

only if the offeror represented itself as a small

business concern in paragraph (c)(1) of this provision.]

The offeror represents as part of its offer that it □ is,

□ is not a veteran-owned small business concern.

(3) Service-disabled veteran-owned small business

concern. [Complete only if the offeror represented itself

as a veteran-owned small business concern in paragraph

(c)(2) of this provision.] The offeror represents as part

of its offer that it □ is, □ is not a service-disabled

veteran-owned small business concern.

(4) Small disadvantaged business concern. [Complete

only if the offeror represented itself as a small

business concern in paragraph (c)(1) of this provision.]

The offeror represents, that it □ is, □ is not a small

Page 48: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

48

disadvantaged business concern as defined in 13 CFR

124.1002.

(5) Women-owned small business concern. [Complete only

if the offeror represented itself as a small business

concern in paragraph (c)(1) of this provision.] The

offeror represents that it □ is, □ is not a women-owned

small business concern.

(6) WOSB concern eligible under the WOSB Program.

[Complete only if the offeror represented itself as a

women-owned small business concern in paragraph (c)(5) of

this provision.] The offeror represents that—

(i) It □ is,□ is not a WOSB concern eligible under

the WOSB Program, has provided all the required documents

to the WOSB Repository, and no change in circumstances or

adverse decisions have been issued that affects its

eligibility; and

(ii) It □ is, □ is not a joint venture that complies

with the requirements of 13 CFR part 127, and the

representation in paragraph (c)(6)(i) of this provision

is accurate for each WOSB concern eligible under the WOSB

Program participating in the joint venture. [The offeror

shall enter the name or names of the WOSB concern

eligible under the WOSB Program and other small

businesses that are participating in the joint venture:

__________.] Each WOSB concern eligible under the WOSB

Program participating in the joint venture shall submit a

separate signed copy of the WOSB representation.

(7) Economically disadvantaged women-owned small

business (EDWOSB) concern. [Complete only if the offeror

represented itself as a WOSB concern eligible under the

WOSB Program in (c)(6) of this provision.] The offeror

represents that—

Page 49: SUBJECT: Request for Proposal (RFP) requirement for a ... Embassy of the United States of America in Gaborone, Botswana has a requirement for a contractor for: – Commissioning a

49