Subject: Request for Proposal (RFP)- RFP-JTAP-009
Performance Period: July 15, 2022 – July 14, 2023
RFP Issue Date: June 26, 2022
RFP Closing Date: July 7, 2022
Reference: USAID Contract No. 72027821C00005
Enclosed is a Request for Proposals (RFP). Creative invites qualified Individuals to submit a best-value proposal for Budget Analyst
The issuance of a contract is subject to availability of funds and successful negotiation of the contract budget and terms. The Contracts resulting from this Request for Proposal will be a Blanket Purchase Agreements (BPA).
The requirements for this activity are described in the “Statement of Work” in Attachment A. Creative encourages your Individual to indicate its interest in this procurement by submitting a proposal according to the instructions in Attachment B “Instructions to Offerors.” Proposals will be evaluated based on the “Evaluation Criteria” in Attachment C. Creative will make an award to the responsible Offeror submitting an offer that provides best value to the project: technical merit and price will be both considered.
To be considered, Offerors should submit a complete proposal no later than the closing date and time indicated above. Offerors should ensure that the proposals are well-written in English, easy to read, follow the instructions provided and contain only requested information.
Any questions should be submitted in writing and emailed to [email protected] no later than July 4, 2022. No questions will be entertained if they are received by means other than the specified email address, and any communications to alternate e-mail addresses will result in the disqualification of the bidder. The solicitation number (listed above) should be stated in the subject line. Answers will be compiled and distributed within three days from the closing date of questions.
Proposals must be comprised of one electronic copy of the Technical Proposal and one electronic copy of the Cost/Business proposal, sent in separate files, and labeled with the above-stated subject, subproject number and title. Submissions shall be delivered to:
Creative Procurement Department at
Sincerely,
Creative Procurement Department
Attachments:
ATTACHMENT A: Statement of Work
ATTACHMENT B: Instructions to Offerors
ATTACHMENT C: Evaluation Criteria
ATTACHMENT D: Proposal Cover Letter
Introduction
Creative Associates International is a dynamic and fast-growing professional service firm that specializes in international development in the areas of education, democratic transitions, and stabilization in post-conflict environments. Based in Washington, DC, the firm has a field presence in thirty plus countries worldwide with a strong and diverse portfolio that includes global contracts with the U.S. Agency for International Development (USAID) and other clients including the U.S. Department of State and the U.S. Department of Defense. The firm has earned a solid reputation among its clients and missions worldwide and is well-regarded by competitors and partners alike.
Program Summary
The Technical Assistance Program (TAP), funded by the U.S. Agency for International Development (USAID), is a five-year education and youth project in Jordan. TAP seeks to work with the Ministry of Education and the Ministry of Youth in such a way that ensures officials can implement desired reforms that result in real and significant outcomes. Creative and its partners, within a process of co-creation with national stakeholders, will provide technical assistance in the development, roll-out, and tracking of policies and procedures that build on national and international experiences and research in systemic change, public education, and youth programming. Foundational to this approach is the transformation and interconnectedness of organizational culture/wellness and the hard and soft systems.
The many activities in the Jordan Technical Assistance Program includes support to curriculum development, promoting inclusive learning techniques, improving the skills of teachers and school managers, and other tangible activities that support changing the organizational culture within the two ministries and relevant agencies at national, governate, and local levels. The program will further support Jordan’s outreach and behavioral change communications initiatives that are aimed at creating a culture of reading, widespread support for efforts to improve education quality, the inclusion of vulnerable children, and increased youth engagement.
National Youth Strategy (2019-2025)
In 2019, the Ministry of Youth (MOY) published the National Youth Strategy (NYS) 2019-2025, which consists of the following seven pillars:
The responsibility of achieving the goals stated in the strategy is not only the responsibility of Ministry of Youth but the whole of the Government of Jordan including the Ministry of Education, the Ministry of Labor, the Ministry of Digital Economy & Entrepreneurship and other stakeholders.
Position Summary:
TAP is seeking applicants for a 3-month Budget Analyst with an estimation of 30 days Level of Efforts (LOE). It is anticipated that the Budget Analyst will support TAP’s efforts to provide technical assistance to the Ministry of Youth in the development of an action plan to execute the National Youth Strategy (2019-2025). The Budget Analyst’s scope of work will focus on planning of financial resources, budgets analysis of Youth programs funded by the GOJ and other stakeholders, and identification of potential financing resources. The Budget Analyst is required to prepare documents, financial reports and analysis that govern the proper implementation of the Strategy such as but not limited to proposal for required frameworks, methodologies, and Standard Operating Procedures (SOPs)
Duties and Responsibilities:
Review the National Youth Strategy (2019-2025) and the MOY’s Institutional Strategic Plan (2021-2024) to ensure their alignment, validity of the projects and key performance indicators with the Youth programs’ budgets funded by the GOJ and other stakeholders.
Key Working Relationships:
This position will administratively and technically report to TAP’s Public Financial Management Lead and be part of TAP’s Systems Strengthening and Policy Reform Team. This position will coordinate with MOY’s Directors of the Financial Affairs Directorate, Institutional Performance Directorate, Organizations and International Cooperation Directorate and the Monitoring and Evaluation Unit.
Required Qualifications:
Performance Benchmarks / Deliverables
Estimated LOE (days)
Estimated timeline/ Due Date (mm/dd/yy)
1
Financial planning
2 Days
July. 2022
3 Days
July. 2022
3 Days
July 2022
2 Days
Detailed budget analysis
4 Days
July 2022
4 Days
August 2022
3 Days
Matrix of financing resources
4 Days
August 2022
3 Days
August 2022
4 Days
Institution of best practices of budget analysis and financial planning
3 Days
September 2022
4 Days
September 2022
Total LOE/Days
30 Days
List of Tasks, Level of Efforts (LOEs in days) and Timeline / July-September 2022
The above LOE is tentative and subject to increase or decrease depending on program needs and it will be based on work order
Project Location: Wadi Saqra, Arrar Street, Bldg. # 201, 1st Floor, Amman, Jordan
Period of Performance:
Creative anticipates issuing a Blanket Purchase Agreement (BPA) valid for a Period of Performance of approximately one year base up to three -years options that will be exercised in writing by Creative.
Ordering Procedure:
Purchases may only be made by Creative via written FP Level of Effort (LOE) Work Orders and executed by the authorized individuals listed in the BPA.
Daily rates are based on an 8-hour working day. Any hours worked in excess of 8 hours will not be paid. Working days consisting of less than 8 hours shall be prorated accordingly.
Attachment B
INSTRUCTIONS TO OFFERORS
These Instructions to Offerors will not form part of the offer or of the Contract. They are intended solely to aid Offerors in the preparation of their proposals. Read and follow these instructions carefully.
Failure to agree and comply with any of the above instructions will result in the Offeror being considered unresponsive and the proposal may be rejected.
Proposals must be submitted in two separate files via the email address below:
Each e-mail should be clearly labeled with the RFP number and position title.
Proposals must be delivered no later than the specified date/time to the address below.
And who do not submit their technical and cost proposals separately will be automatically disqualified.
The proposal shall be comprised of Three sections:
Cover Letter (Attachment D)
Technical Proposal
Cost Proposal
The Cover Letter: should be on the Offeror’s and MUST contain the information requested in Attachment D.
Technical Proposal:
The Technical Proposal is the opportunity for the Offeror to demonstrate that the Individual is “technically capable” of implementing the activity, and should demonstrate the Offeror’s understanding of and capabilities to carry out the work, and address the key issues described in the Evaluation Criteria in Attachment III.
The Technical Proposal should be divided into clearly separate sections following the same order of the Evaluation Criteria in Attachment III. A mis-ordered proposal that makes information hard to find will result in lower scores.
If an Offeror submits a proposal that fails to respond to the majority of the information requested in this RFP, as outlined specifically in the statement of work and the evaluation criteria, the Offeror’s proposal will be automatically disqualified.
The Cost Proposal**:** mustbe submitted separately from the technical proposal and will primarily indicate the cost for performing the work.
Failure to comply with any of the above points will result in the Offeror being considered “unresponsive” and the proposal may be rejected.
If an Offeror provides insufficient information in their technical and/or cost proposal, Creative reserves the right to request additional information, or to request a revised proposal from the Offeror, if necessary. Creative reserves the right to make no award, or multiple awards, under this RFP. Attachment C
EVALUATION CRITERIA
Basis of Award: The award will be made to the offeror whose offer presents the Best Value: the optimal combination of technical merits and reasonable cost. Proposals will be scored on technical factors first. Only the Cost proposals of those offers that surpass the minimum qualifying score of 70 points in the technical evaluation will have their Cost Proposal reviewed. Those that do not reach this qualifying score in the Technical Evaluation will be considered non-competitive EVALUATION CRITERIA
The award will be given to the person who achieves the highest score within the following competitive criteria
A. Qualifications and education: 70 marks (allocated to them, and a minimum of 10 must be obtained to pass, Submit in CV)
B. Past Performance (30 Marks)
As described in table below: The evaluation will be done according to the criteria shown in the table
Item
Requirement
Points Available
Qualifications and education
The applicant must attach the academic qualifications and any evidence of experience, success stories and other recommendations that he/she deems appropriate to support his file along with resume
70 points
Past Performance and experience
Document and summarize your proven track record of successfully implementing similar activities to include a description of similar services provided in the past and any lessons learned that will be incorporated into the activity described in this RFP.
Offerors with past performance with similar activity, in the same geographic area and/or of similar scale to the activity described in this RFP will be scored more favorably than offerors that do not meet these criteria.
Please note that Offerors cannot be evaluated on information that they do not provide. For example, if an Offeror has current/past performance working with Creative, they cannot be positively evaluated on this experience unless it is provided in the Offeror’s proposal.
30 points
Total
100
If an Offeror submits a proposal that fails to respond to the majority of the information requested in this RFP, as outlined specifically in the statement of work and the evaluation criteria, the Offeror’s proposal will be automatically disqualified.
B. Past Performance and Experience
Document and summarize your proven track record of successfully performing similar services. Using the format provided below or Equivalent , please list only services you have performed within the past three years including specific projects worked on by consultants within the firm, a brief description of how each is relevant to this RFP, and the contact details for each previous client or donor. You may also include recommendation/appreciation letters and certificates as attachments.
Offerors with past performance with similar services, in the same geographic area and/or of similar scale to the activity described in this RFP will be scored more favorably than offerors that do not meet these criteria. Please note that Offerors cannot be evaluated on information that they do not provide. For example, if an Offeror has current/past performance working with Creative, they cannot be positively evaluated on this experience unless it is provided in the Offeror’s proposal.
Activity Title (b)
Location(s) of activity (c)
Synopsis of the activity and its relevance to this RFP (d)
Performance period (date, duration and if completed on schedule)
(e) Prime or Subcontractor?(f)
Amount for the activity (g)
Name & Contact Info (E-mail and phone) of client
1
2
3
C. Attachments (Not Scored)
You may include recommendation/appreciation letters and certificates as attachments, or any other documentation you wish to further support your proposal, stapled/bound separately from the rest of the technical proposal. Content presented here will not be scored.
Submit fully burdened rates for each category, including illustrative consultant rates Creative’s review of the Cost Proposal shall determine if the overall costs proposed are realistic for the work to be performed, reflect a correct understanding of the project requirements, and are consistent with the Offeror’s Technical Proposal. Creative will also review individual line items and determine if they are allowable, allocable, and reasonable.
Creative reserves the right to request additional supporting documentation or a revised proposal from an Offeror if insufficient information has been provided in the Offeror’s technical and/or cost proposal. If the requested information is not provided, Creative has the right to disqualify the firm from further consideration.
ATTACHMENT D
FORMAT FOR PROPOSAL COVER LETTER – TO BE PRINTED ON ORGANIZATIONAL LETTERHEAD
City, Country
To: Creative Procurement Team
Dear Sir / Madam:
We, the undersigned, offer to undertake the [Insert RFP No], [Insert project title], in accordance with your Request for Proposal dated [Insert MM/DD/YYYY] and our Technical and Cost Proposal submitted herein.
Offeror personal details are as follows:
Our proposal shall be binding upon us, subject to any modifications resulting from negotiation, up to expiration of the validity period of the proposal. We understand you are not bound to accept this or any Proposal you receive.
The Offeror also certify that:
Sincerely,
Authorized Signature:
Name of Signatory:
Date: