Request for Proposals (RFP) –to Provide Advisory Services to SMEs Operating in Agriculture Value Chain (Poultry, Piggery and Animal Feeds) Under NIRDA Open Calls Program At DAI Global LLC

Request for Proposals (RFP) –to Provide Advisory Services to SMEs Operating in Agriculture Value Chain (Poultry, Piggery and Animal Feeds) Under NIRDA Open Calls Program At DAI Global LLC


Title of the procurement: Request for Proposals (RFP) – To Provide Advisory Services to SMEs operating in agriculture value chain (Poultry, Piggery and Animal Feeds) under NIRDA open calls program
Issue Date: June 21, 2022

WARNING: Prospective Offerors who have received this document from a source other than the Rwanda Nguriza Nshore Activity, should immediately contact NgurizaNshore_Procurement@dai.com and provide their name and mailing address in order that amendments to the RFP or other communications can be sent directly to them. Any prospective Offeror who fails to register their interest assumes complete responsibility in the event that they do not receive communications prior to the closing date. Any amendments to this solicitation will be issued and posted through the same channel this RFP is being published or by email through NgurizaNshore_Procurement@dai.com. Offerors are encouraged to check those sources of information periodically.
DAI conducts business under the strictest ethical standards to assure fairness in competition, reasonable prices and successful performance or delivery of quality goods and equipment. DAI does not tolerate corruption, bribery, collusion or conflicts of interest. Any requests for payment or favors by DAI employees should be reported as soon as possible to ethics@dai.com or by visiting www.dai.ethicspoint.com. Further, any attempts by an offeror or subcontractor to offer inducements to a DAI employee to influence a decision will not be tolerated and will be grounds for disqualification, termination and possible debarment. See provision No. 9 for more details.

Similar Jobs in Rwanda

Learn more about DAI Global LLC
DAI Global LLC jobs in Rwanda

Introduction and Purpose
Purpose

DAI, the implementer of the USAID-funded Feed the Future Rwanda Nguriza Nshore Project, invites qualified offerors to submit proposals to provide Technical Assistance/Business advisory to SMEs under NIRDA open calls program specifically adding value from poultry, piggery and animal feeds in support of program implementation.
Issuing Office
The Issuing Office and Contact noted in the above synopsis is the sole point of contact at DAI for purposes of this RFP. Any prospective offeror who fails to register their interest with this office assumes complete responsibility in the event that they do not receive direct communications (amendments, answers to questions, etc.) prior to the closing date.
Type of Award Anticipated
DAI anticipates awarding a Firm Fixed Price Purchase Order or Subcontract. This subcontract type is subject to change during the course of negotiations.
A Firm Fixed Price Purchase Order is: An award for a total firm fixed price, for values less than $150,000, for the provision of specific services, goods, or deliverables and is not adjusted if the actual costs are higher or lower than the fixed price amount. Offerors are expected to include all costs, direct and indirect, into their total proposed price.
A Firm Fixed Price Subcontract is: An award for a total firm fixed price, for values more than $150,000, for the provision of specific services, goods, or deliverables and is not adjusted if the actual costs are higher or lower than the fixed price amount. Offerors are expected to include all costs, direct and indirect, into their total proposed price.


General Instructions to Offerors
General Instructions

“Offeror”, “Subcontractor”, and/or “Bidder” means a firm proposing the work under this RFP. “Offer” and/or “Proposal” means the package of documents the firm submits to propose the work.
Offerors wishing to respond to this RFP must submit proposals, in English, in accordance with the following instructions. Offerors are required to review all instructions and specifications contained in this RFP. Failure to do so will be at the Offeror’s risk. If the solicitation is amended, then all terms and conditions not modified in the amendment shall remain unchanged.
Issuance of this RFP in no way obligates DAI to award a subcontract or purchase order. Offerors will not be reimbursed for any costs associated with the preparation or submission of their proposal. DAI shall in no case be responsible or liable for these costs.
Proposals are due no later than 5:00PM Central Africa Time (CAT), July 12th, 2022, to be submitted via the following email address: NgurizaNshore_Responses@dai.com. The email must state the RFP number and title of the procurement in the subject line of the email and specify in the email content whether cost and technical proposals are submitted in a single email or in separate emails. Late offers will be rejected except under extraordinary circumstances at DAI’s discretion.
The submission to DAI of a proposal in response to this RFP will constitute an offer and indicates the Offeror’s agreement to the terms and conditions in this RFP and any attachments hereto. DAI reserves the right not to evaluate a non-responsive or incomplete proposal.
By submitting an offer, Offerors certify that they have not and will not attempt to bribe or make any payment to DAI/Rwanda Nguriza Nshore employees in return for preference. In addition, Offerors are strictly forbidden to contact the beneficiary MFI during the preparation of their proposals. Offerors in violation of this requirement will be disqualified.
DAI reserves the right to award a fixed price contract to one organization or to issue multiple awards based on the results of our evaluation.
Proposal Cover Letter
A cover letter shall be included with the proposal on the Offeror’s company letterhead with a duly authorized signature and company stamp/seal using Attachment B as a template for the format. The cover letter shall include the following items:
• The Offeror will certify a validity period of 90 days for the prices provided.
• Acknowledge the solicitation amendments received.
• Your organization’s UEI number if registered as a business
Questions regarding the RFP
Each Offeror is responsible for reading and complying with the terms and conditions of this RFP. Requests for clarification or additional information must be submitted in writing via email or in writing to the Issuing Office as specified in the Synopsis above. No questions will be answered by phone. Any verbal information received from a DAI/Rwanda Ngiriza Nshore employee or other entity shall not be considered as an official response to any question regarding this RFP.
Copies of questions and responses will be distributed in writing to all prospective bidders who are on record as having received this RFP after the submission date specified in the Synopsis above.
Instructions for the Preparation of Technical Proposals
Proposal Composition: Proposals must include the following submission documents. The Technical Proposal and Cost Proposal must be prepared as separate files for independent evaluation as follows:
1. Technical proposals must be submitted as a PowerPoint or PDF presentation in Times New Roman font. Submission file must be limited to 10 megabytes or less
2. Cost proposals must be submitted in Excel format in Arial font. Submission file must be limited to 10 megabytes or less


Technical Proposal

Technical proposals must be no more than ten (10) slides. The technical proposal must include the following three (3) sections:
1. Technical Approach. Offerors must detail their approach to fulfill the accompanying Scope of Work. The approach must clearly indicate how the proposed methodology and activities will result in the successful completion of all deliverables and milestones.
2. Organizational Capacity. Offerors must provide details about their experience, expertise, and capacity to successfully undertake the proposed approach and complete the Scope of Work as described, including past performance information in similar contexts.
3. Management Plan/Staffing Structure. Offerors must include details of personnel who will be assigned to the activities described in the technical approach, as well as a clear management plan in narrative form for the development, review, and submission of all associated deliverables, including a milestone schedule. Offerors are permitted to engage in partnering arrangements if it will aid in providing best value to USAID, regardless of whether organizations are based within or outside Rwanda. If a partnering arrangement is being proposed, please describe the nature of the arrangement, the specific technical value contributed by each member of the team and the appropriate management controls to ensure successful delivery.
In addition to the requirements above, Offerors must include the following information within their presentations.
• One (1) to two (2) examples of past performance relevant to this activity and success achieved resulting from previous work undertaken (limited to one (1) slide/page per example).
• CV(s) of any individuals proposed in the staffing plan to conduct this activity (limited to two (2) slides/pages per individual).
• Offerors must submit individuals with:
o Expertise in SME business development
o Strong background in agribusiness value-chain financing
• The Offerors should demonstrate a track record in SME business development field with relevant knowledge and experience
• Having worked with SMEs in Rwanda in similar/relevant areas will be added advantage
• The Offeror should have evidence of having undertaken at least one similar assignment over the last five years
Notes:
• The cover slide will not be counted in the ten (10) slide/page total, should offerors choose to include one.
• Additionally: the CVs slides, the examples of past performance as well as the attachment F “Past Performance Form”, will not be counted in the 10 slides of technical proposal
• No additional annexes or documentation are requested at the release of this RFP for the Offeror’s technical proposal.


Technical Proposal Evaluation

• Technical proposals will be evaluated against the stated number of factors, including the overall proposed approach, past performance, specific qualifications in the identified sector and other evidence substantiating the Offeror’s ability to deliver, including delivery schedule and consultants team composition. Preference will be given to an Offeror with thorough knowledge of SME business development field, knowledge of private sector and especially agribusiness value chain in Rwanda; evidence of having undertaken at least one similar assignment over the last five years.
The Technical Proposal will be scored and evaluated separately from the cost proposal. Technical reviewers will evaluate offers on the following factors:
1. Technical Approach (30 points). Points for this section will be awarded based on the information presented in the technical approach. Points will be awarded to that best address the Scope of Work (SOW). Responses will be scored based on the Offeror’s response to the SOW which must demonstrate a clear, concise and succinct understanding of the requirements for this specific activity, incorporating the Offeror’s competencies and past performance. Furthermore, the technical approach must clearly demonstrate the Offeror’s relevant experience.
2. Institutional Capacity and Past Performance (70 points). Points for this section will be based on information presented in the technical approach. Preference will be given to companies that have successfully completed assignments in similar contexts including but not limited to: similar services and/or relevant experience.
A score of at least 70% is required for technical qualification pass.


Instructions for the Preparation of Cost/Price Proposals
Cost/Price Proposals

The cost proposal must propose a fixed price including cost details for associated deliverables. Offerors must also include a cost breakdown of the daily rates for proposed personnel, any direct costs, indirect costs, and fees if applicable with a build-up to the total proposed price. Cost breakdowns included will be utilized to determine price reasonableness. Offerors must use the attached cost/budget template (i.e. Attachment C). Offerors shall complete the template including as much detailed information as possible.
It is important to note that Value Added Tax (VAT) shall be included on a separate line.
The selected vendor will be responsible for all applicable taxes and fees, as prescribed under the applicable laws for income, compensation, permits, licenses, and other taxes and fees due as required.
The contract award type will be either a Fixed Price Purchase Order or Fixed Price Subcontract.
The cost proposal will be evaluated separately from the technical approach, with strict consideration for realism, price reasonableness, and allowability consistent with US government cost principles. Evaluation for this section will be dependent upon all information presented by the Offeror in their deliverable table, budget with cost breakdowns, and any relevant supporting cost information, as well as its alignment with the proposed technical approach.


Basis of Award
Best Value Determination

DAI will review all proposals, and make an award based on the technical and cost evaluation criteria stated above, and select the offeror whose proposal provides the best value to DAI. DAI may also exclude an offer from consideration if it determines that an Offeror is "not responsible", i.e., that it does not have the management and financial capabilities required to perform the work required.
Evaluation points will not be awarded for cost. Cost will primarily be evaluated for realism and reasonableness. DAI may award to a higher priced offeror if a determination is made that the higher technical evaluation of that offeror merits the additional cost/price.
DAI may award to an Offeror without discussions. Therefore, the initial offer must contain the Offeror’s best price and technical terms.


Responsibility Determination

DAI will not enter into any type of agreement with an Offeror prior to ensuring the Offeror’s responsibility. When assessing an Offeror’s responsibility, the following factors are taken into consideration:
1. Provide evidence of the required business registration certificates
2. Evidence of a UEI number (explained below and instructions contained in Attachment D).
3. The source, origin and nationality of the products or services are not from a Prohibited Country (explained below).
4. Having adequate financial resources to finance and perform the work or deliver goods or the ability to obtain financial resources without receiving advance funds from DAI.
5. Ability to comply with required or proposed delivery or performance schedules.
6. Have a satisfactory past performance record.
7. Have a satisfactory record of integrity and business ethics.
8. Have the necessary organization, experience, accounting and operational controls and technical skills.
9. Be qualified and eligible to perform work under applicable laws and regulations.


Anticipated post-award Deliverables
Upon award of a subcontract, the deliverables and deadlines detailed in below table (refer to scope of work) will be submitted to DAI. The Offeror should detail proposed costs per deliverable in the Price Schedule. All of the deliverables must be submitted to and approved by DAI before payment will be processed.
Inspection & Acceptance
The designated DAI Project Manager will inspect from time to time the services being performed to determine whether the activities are being performed in a satisfactory manner, and that all equipment or supplies are of acceptable quality and standards. The subcontractor shall be responsible for any countermeasures or corrective action, within the scope of this RFP, which may be required by the DAI Chief of Party as a result of such inspection.


Compliance with Terms and Conditions
General Terms and Conditions

Offerors agree to comply with the general terms and conditions for an award resulting from this RFP. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment G.
Prohibited Technology
Bidders MUST NOT provide any goods and/or services that utilize telecommunications and video surveillance products from the following companies: Huawei Technologies Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company, or any subsidiary or affiliate thereof, in compliance with FAR 52.204-25.
Source and Nationality
Under the authorized geographic code for its contract DAI may only procure goods and services from the following countries.
Geographic Code 935: Goods and services from any area or country including the cooperating country, but excluding Prohibited Countries.
DAI must verify the source and nationality of goods and services and ensure (to the fullest extent possible) that DAI does not procure any goods or services from prohibited countries listed by the Office of Foreign Assets Control (OFAC) as sanctioned countries. OFAC sanctioned countries may be searched within the System for Award Management (SAM) at www.SAM.gov. The current list of countries under comprehensive sanctions include: Cuba, Iran, North Korea, Sudan, and Syria. Goods may not transit through or be assembled in comprehensive sanctioned origin or nationality countries nor can the vendor be owned or controlled by a prohibited country. DAI is prohibited from facilitating any transaction by a third party if that transaction would be prohibited if performed by DAI.
By submitting a proposal in response to this RFP, Offerors confirm that they are not violating the Source and Nationality requirements of the goods or services being offered and that the goods and services comply with the Geographic Code and the exclusions for prohibited countries outlined above.
Unique Entity ID (UEI)

There is a Mandatory Requirement for your Organization to Provide an Unique Entity ID (SAM) to DAI
1. SUBCONTRACTS/PURCHASE ORDERS: All domestic and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $30,000 and above are required to obtain an Unique Entity ID (SAM) prior to signing of the agreement. Your organization is exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. Please see the self-certification form attached.
2. MONETARY GRANTS: All foreign entities receiving first-tier monetary grants (standard, simplified and FOGs) with a value equal to or over $25,000 and performing work outside the U.S. must obtain an Unique Entity ID (SAM) prior to signing of the grant. All U.S. organizations who are recipients of first-tier monetary grants of any value are required to obtain an Unique Entity ID (SAM); the exemption for under $25,000 applies to foreign organizations only.


NO SUBCONTRACTS/POs ($30,000 + above) or MONETARY GRANTS WILL BE SIGNED BY DAI WITHOUT PRIOR RECEIPT OF AN UNIQUE ENTITY ID (SAM).
For those required to obtain a UEI number, see Attachment D - Instructions for Obtaining a Unique Entity ID
For those not required to obtain a UEI number, see Attachment E: Self Certification for Exemption from Unique Entity ID

Anti-Corruption and Anti-Bribery Policy and Reporting Responsibilities
DAI conducts business under the strictest ethical standards to assure fairness in competition, reasonable prices and successful performance or delivery of quality goods and equipment. DAI does not tolerate the following acts of corruption:
• Any requests for a bribe, kickback, facilitation payment or gratuity in the form of payment, gift or special consideration by a DAI employee, Government official, or their representatives, to influence an award or approval decision.
• Any offer of a bribe, kickback, facilitation payment or gratuity in the form of payment, gift or special consideration by an offeror or subcontractor to influence an award or approval decision.
• Any fraud, such as mis-stating or withholding information to benefit the offeror or subcontractor.
• Any collusion or conflicts of interest in which a DAI employee, consultant, or representative has a business or personal relationship with a principal or owner of the offeror or subcontractor that may appear to unfairly favor the offeror or subcontractor. Subcontractors must also avoid collusion or conflicts of interest in their procurements from vendors. Any such relationship must be disclosed immediately to DAI management for review and appropriate action, including possible exclusion from award.
These acts of corruption are not tolerated and may result in serious consequences, including termination of the award and possible suspension and debarment by the U.S. Government, excluding the offeror or subcontractor from participating in future U.S. Government business.
Any attempted or actual corruption should be reported immediately by either the offeror, subcontractor or DAI staff to:
• Toll-free Ethics and Compliance Anonymous Hotline at (U.S.) +1-503-597-4328
• Hotline website – www.DAI.ethicspoint.com, or
• Email to Ethics@DAI.com
• USAID’s Office of the Inspector General Hotline at hotline@usaid.gov.
By signing this proposal, the offeror confirms adherence to this standard and ensures that no attempts shall be made to influence DAI or Government staff through bribes, gratuities, facilitation payments, kickbacks or fraud. The offeror also acknowledges that violation of this policy may result in termination, repayment of funds disallowed by the corrupt actions and possible suspension and debarment by the U.S. Government.


Attachments
Attachment A: Scope of Work for Services or Technical Specifications

Business advisory services to SMEs operating in agriculture value chain (Poultry, Piggery and Animal Feeds) under NIRDA open calls program
In the recent years, on behalf of Government of Rwanda (GoR), the National Industrial Research and Development Agency (NIRDA) conducted technology audits in Poultry, Piggery and Animal Feeds value chains through its open calls program. These technology audits aimed to identify existing technical and technology gaps. These gaps (technical & technological) in turn informed the NIRDA’s intervention designs, including the provision of modern technology, extending technical assistance in management and access to finance.
However, due to limited resources, NIRDA is not in position to cover all technical assistance needed to fill the identified gaps for selected Small and Medium Enterprises (SMEs).
It is on this basis that NIRDA secured and partnered with USAID Rwanda Nguriza Nshore Activity (RNN) to support some of selected SMEs in the selected value chains, with business advisory in facilitating access to finance and investment readiness.
To implement the Memorandum of Understanding (MoU) signed by both parties (NIRDA and RNN), RNN is seeking for a capable Business Service Provider (BSP) to provide business advisory technical assistance in the following areas:
• Entrepreneurship and business mind set change,
• Marketing and Business growth strategy,
• General business management knowhow including but not limited to inventory management, business law, procurement, and risk management
The support will cover about 50 selected SMEs operating in poultry, piggery and animal feed sectors and operating in the districts of Rubavu, Huye, Bugesera, Musanze, Kicukiro, Gasabo and Nyarugenge districts.
The overall goal of this technical assistance business advisory services is to enable these SMEs to drive the growth of their business, preparing them to raise more funding and efficiently use accessed funds.
To achieve the above, the selected BSP will:


Provide a clear work plan to deliver the assignment in a period not exceeding three months
1. Undertake a quick review of technology audit reports conducted by NIRDA on concerned SMEs with a goal of validating it and using it for the below next step
2. Conduct a quick one-by-one SME’s capacity need assessment in proposed fields (Entrepreneurship and Business mind set change, Marketing and Business growth strategy, and general business management knowhow including but not limited to inventory management, business law, procurement, and risk management)
3. Design and customize training modules to address the identified gaps
4. Propose result-based mechanisms to provide the best of business advisory (based on the BSP appreciation of the identified gaps)
5. Provide possible areas, and relevant actions to mobilize more financing opportunities to benefiting SMEs in any possible way
To be considered for this assignment, the BSP must be registered in Rwanda with a minimum experience of 5 years in providing relevant services to SMEs in the agribusiness market system.

Expected Output
1. Approved Inception report with a detailed work plan detailing the individual SME capacity assessments
2. Review report on audited technical and technology gaps
3. Capacity assessment report
4. Comprehensive training/capacity building report including recommendations among others and future required support to the benefiting SMEs
The BSP will have dual reporting channels: (1) NIRDA and (2) RNN (the technical team lead and the monitoring and evaluation (M&E) Manager). The technical team lead will oversee contract implementation and quality control; while, the M&E Manager will oversee results reporting for USAID compliance.


Attachment B: Proposal Cover Letter
[On Firm’s Letterhead]

TO: Click here to enter text.
DAI Global LLC
We, the undersigned, provide the attached proposal in accordance with RFP-Click here to enter text.-Click here to enter text. issued on Click here to enter text.. Our attached proposal is for the total price of .
I certify a validity period of Click here to enter text. days for the prices provided in the attached Price Schedule/Bill of Quantities as well as for key personnel commitment. Our proposal shall be binding upon us subject to the modifications resulting from any discussions.
Offeror shall verify here the items specified in this RFP document.
We understand that DAI is not bound to accept any proposal it receives.


Notes:
• Insert the table above into an Excel Spreadsheet using Ariel font.
• For each item number, indicate the proposed employee/consultant names.
Delivery Period: Click here to enter text.
Attachment D: Instructions for Obtaining a Unique Entity ID
INSTRUCTIONS FOR OBTAINING AN Unique Entity ID (SAM)
DAI’S VENDORS, SUBCONTRACTORS & GRANTEES
Note: The determination of a successful offeror/applicant resulting from this RFP/RFQ/RFA is contingent upon the winner providing an Unique Entity ID (SAM)to DAI. Organizations who fail to provide an Unique Entity ID (SAM) will not receive an award and DAI will select an alternate vendor/subcontractor/grantee.


Background:
Summary of Current U.S. Government Requirements - Unique Entity ID (SAM)
Effective April 4, 2022, entities doing business with the federal government will use the Unique Entity Identifier (SAM) created in SAM.gov. The Unique Entity ID (SAM) is a 12-character alphanumeric value managed, granted, and owned by the government. This allows the government to streamline the entity identification and validation process, making it easier and less burdensome for entities to do business with the federal government.
Entities are assigned an identifier during registration or one can be requested at SAM.gov without needing to register. Ernst and Young provides the validation services for the U.S. Government. The information required for getting an Unique Entity ID (SAM) without registration is minimal. It only validates your organization's legal business name and address. It is a verification that your organization is what you say it is.
The Unique Entity ID (SAM) does not expire.


Summary of Previous U.S. Government Requirements – DUNS
The Data Universal Numbering System (DUNS) is a system developed and managed by Dun and Bradstreet that assigns a unique nine-digit identifier to a business entity. It is a common standard world-wide and was previously used by the U.S. Government to assign unique entity identifiers. This system was retired by the U.S. Government on April 4, 2022 and replaced with the Unique Entity Identifier (SAM). After April 4, 2022 the federal government will have no requirements for the DUNS number.
If the entity was registered in SAM.gov (active or inactive registration), an Unique Entity ID (SAM) was assigned and viewable in the entity registration record in SAM.gov prior to the April 4, 2022 transition. The Unique Entity ID (SAM) can be found by signing into SAM.gov and selecting the Entity Management widget in your Workspace or by signing in and searching entity information.
Instructions detailing the process to be followed in order to obtain an Unique Entity ID (SAM) for your organization begin on the next page.


THE PROCESS FOR OBTAINING AN UNIQUE ENTITY ID IS OUTLINED BELOW:
1. Have the following information ready to request an Unique Entity ID (SAM)
1. Legal Business Name
2. Physical Address (including ZIP + 4)
3. SAM.gov account (this is a user account, not actual SAM.gov business registration).
1. As a new user, to get a SAM.gov account, go to www.sam.gov.
1. Click “Sign In” on the upper right hand corner.
2. Click on “Create a User Account”

3. Choose Account Type:
• Create an Individual User Account to perform tasks such as register/update your entity, create and manage exclusion records or to view FOUO level data for entity records.
• Create a System User Account if you need system-to-system communication or if performing data transfer from SAM to your government database system. Complete the requested information, and then click “Submit.”
4. Click “DONE” on the confirmation page. You will receive an email confirming you have created a user account in SAM.
5. Click the validation link in the email that contains the activation code within 48 hours to activate your user account. If the email link is not hyperlinked (i.e., underlined or appearing in a different color), please copy the validation link and paste it into the browser address bar. You can now register an entity.
NOTE: Creating a user account does not create a registration in SAM, nor will it update/renew an existing registration in SAM.
2. Once you have registered as a user, you can get an Unique Entity ID by selecting the “Get Started” button on the SAM.gov home page.

3. Select “Get Started” on the Getting Started with Registration page.

4. Select “Get Unique Entity ID” on the Get Started page.

5. Enter Entity Information.

• If you previously had a DUN Number, make sure your Legal Business Name and Physical Address are accurate and match the Entity Information, down to capitalization and punctuation, used for DUNS registration.
6. When you are ready, select “Next”
7. Confirm your company’s information.

• On this page you will have the option to restrict the public search of this information. “Allow the selected record to be a public display record.” If you uncheck this box, only you and the federal government users will be able to search and view the entity information and entities like DAI will not be able to independently verify that you have an Unique Entity Identifier (SAM).

8. When you are ready, select “Next”
9. Once validation is completed, select “Request UEI” to be assigned an Unique Entity ID (SAM). Before requesting your UEI (SAM), you must certify that you are authorized to conduct transactions under penalty of law to reduce the likelihood of unauthorized transactions conducted for the entity.

10. The Unique Entity ID will be shown on the next page. SAM.gov will send an email confirmation with your Unique Entity ID.

11. If you need to view the Unique Entity ID from SAM in the future or update the organization’s information, sign into SAM.gov and go to “Entity Management” widget.

Attachment E: Self Certification for Exemption from Unique Entity ID Requirement
Self Certification for Exemption from Unique Entity ID (SAM)
For Subcontractors and Vendors
The sub-contractor/vendor whose legal business name is provided herein, certifies that we are an organization exempt from obtaining an Unique Entity ID (SAM), as the gross income received from all sources in the previous tax year is under USD $300,000.
*By submitting this certification, the certifier attests to the accuracy of the representations and certifications contained herein. The certifier understands that s/he and/or the sub-contractor/vendor may be subject to penalties, if s/he misrepresents the sub-contractor/vendor in any of the representations or certifications to the Prime Contractor and/or the US Government.
The sub-contractor/vendor agrees to allow the Prime Contractor and/or the US Government to verify the company name, physical address, or other information provided herein. Certification validity is for one year from the date of certification.

Attachment F: Past Performance Form
Include projects that best illustrate your work experience relevant to this RFP, sorted by decreasing order of completion date.
Projects should have been undertaken in the past three years. Projects undertaken in the past six years may be taken into consideration at the discretion of the evaluation committee.


Attachment G: Representations and Certifications of Compliance
1. Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or determined ineligible for an award of a contract by any Federal agency.
2. Executive Compensation Certification- FAR 52.204-10 requires DAI, as prime contractor of U.S. federal government contracts, to report compensation levels of the five most highly compensated subcontractor executives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS)
3. Executive Order on Terrorism Financing- The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with these Executive Orders and laws. Recipients may not engage with, or provide resources or support to, individuals and organizations associated with terrorism. No support or resources may be provided to individuals or entities that appear on the Specially Designated Nationals and Blocked persons List maintained by the US Treasury (online at www.SAM.gov) or the United Nations Security Designation List (online at: http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml). This provision must be included in all subcontracts/sub awards issued under this Contract.
4. Trafficking of Persons – The Contractor may not traffic in persons (as defined in the Protocol to Prevent, Suppress, and Punish Trafficking of persons, especially Women and Children, supplementing the UN Convention against Transnational Organized Crime), procure commercial sex, and use forced labor during the period of this award.
5. Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions – The Bidder certifies that it currently is and will remain in compliance with FAR 52.203-11, Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions.
6. Organizational Conflict of Interest – The Bidder certifies that will comply FAR Part 9.5, Organizational Conflict of Interest. The Bidder certifies that is not aware of any information bearing on the existence of any potential organizational conflict of interest. The Bidder further certifies that if the Bidder becomes aware of information bearing on whether a potential conflict may exist, that Bidder shall immediately provide DAII with a disclosure statement describing this information.
7. Prohibition of Segregated Facilities - The Bidder certifies that it is compliant with FAR 52.222-21, Prohibition of Segregated Facilities.
8. Equal Opportunity – The Bidder certifies that it does not discriminate against any employee or applicant for employment because of age, sex, religion, handicap, race, creed, color or national origin.
9. Labor Laws – The Bidder certifies that it is in compliance with all labor laws.
10. Federal Acquisition Regulation (FAR) – The Bidder certifies that it is familiar with the Federal Acquisition Regulation (FAR) and is in not in violation of any certifications required in the applicable clauses of the FAR, including but not limited to certifications regarding lobbying, kickbacks, equal employment opportunity, affirmation action, and payments to influence Federal transactions.
11. Employee Compliance – The Bidder warrants that it will require all employees, entities and individuals providing services in connection with the performance of an DAI Purchase Order to comply with the provisions of the resulting Purchase Order and with all Federal, State, and local laws and regulations in connection with the work associated therein.
By submitting a proposal, offerors agree to fully comply with the terms and conditions above and all applicable U.S. federal government clauses included herein, and will be asked to sign these Representations and Certifications upon award.

Attachment J: Proposal Checklist
Offeror:
_________________________________________________________________
Does the bid include the following?
☐ Technical proposal, as per RFP’s requirements
☐ Completed Price Schedule, as per RFP’s requirements
☐ Bid Submission within the due deadline
Job Info
Job Category: Accounting/ Finance jobs in Rwanda
Job Type: Full-time
Deadline of this Job: 1 July 2022
Duty Station: Kigali
Posted: 22-06-2022
No of Jobs: 1
Start Publishing: 22-06-2022
Stop Publishing (Put date of 2030): 22-06-2066
Apply Now
Notification Board

Join a Focused Community on job search to uncover both advertised and non-advertised jobs that you may not be aware of. A jobs WhatsApp Group Community can ensure that you know the opportunities happening around you and a jobs Facebook Group Community provides an opportunity to discuss with employers who need to fill urgent position. Click the links to join. You can view previously sent Email Alerts here incase you missed them and Subscribe so that you never miss out.

Caution: Never Pay Money in a Recruitment Process.

Some smart scams can trick you into paying for Psychometric Tests.