€¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No....

44
RFP No. REQ-KYV-20-0002 Page 1 of 44 USAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002 Transaction Advisory for Eastern Ukraine Small and Medium Enterprises of over $1 million transactions Issue Date: January 16, 2020 WARNING : Prospective Offerors who have received this document from a source other than DAI, should immediately contact [email protected] 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

Transcript of €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No....

Page 1: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

Page 1 of 32

USAID Economic Resilience Activity (USAID ERA)

Request For Proposals (RFP)

No. REQ-KYV-20-0002

Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

of over $1 million transactions

Issue Date: January 16, 2020

WARNING: Prospective Offerors who have received this document from a source other than DAI, should immediately contact [email protected] 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 by e-mail.

Page 2: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

Table of Contents1. Introduction and Purpose............................................................................................................4

1.1 Purpose........................................................................................................................................41.2 Issuing Office................................................................................................................................51.3 Type of Award Anticipated..........................................................................................................5

2. General Instructions to Offerors...................................................................................................52.1 General Instructions....................................................................................................................52.2 Proposal Cover Letter..................................................................................................................52.3 Questions regarding the RFP.......................................................................................................5

3. Instructions for the Preparation of Technical Proposals................................................................63.1 Services Specified........................................................................................................................63.2 Technical Evaluation Criteria.......................................................................................................6

4. Instructions for the Preparation of Cost/Price Proposals..............................................................84.1 Cost/Price Proposals....................................................................................................................8

5. Basis of Award.............................................................................................................................85.1 Best Value Determination............................................................................................................85.2 Responsibility Determination......................................................................................................8

6. Anticipated post-award Deliverables...........................................................................................97. Inspection & Acceptance..............................................................................................................98. Compliance with Terms and Conditions.......................................................................................9

8.1 General Terms and Conditions.....................................................................................................98.2 Source and Nationality.................................................................................................................98.3 Data Universal Numbering System (DUNS)................................................................................10

9. Procurement Ethics....................................................................................................................1010. Attachments..........................................................................................................................11

10.1 Attachment A: Scope of Work for Services or Technical Specifications....................................1110.2 Attachment B: Proposal Cover Letter........................................................................................1110.3 Attachment C: Price Schedule....................................................................................................1710.4 Attachment D: Instructions for Obtaining a DUNS Number - DAI’S Vendors, Subcontractors...1810.5 Attachment E: Self Certification for Exemption from DUNS Requirement.................................2610.6 Attachment F: Past Performance Form......................................................................................2710.7 Attachment G: Representations and Certifications of Compliance............................................28List of Optional Attachments.................................................................................................................2910.8 Attachment H: Branding and Marking Plan................................................................................2910.9 Attachment I: Full Terms of Contract.........................................................................................3110.10 Attachment J: Proposal Checklist...............................................................................................31

Page 2 of 32

Page 3: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

Synopsis of the RFPRFP No. REQ-KYV-20-0002

Issue Date January 16, 2020

Title Transaction Advisory for Eastern Ukraine Small and Medium Enterprises of over $1 million transactions

Issuing Office & Email/Physical Address for Submission of Proposals

Proposals should be submitted in electronic format to the email address [email protected]

Deadline for Receipt of Questions

February 05, 2020, 06:00 pm, Kyiv, Ukraine Time to the email address [email protected]

All questions received will be compiled and answers will be distributed via email to tender participants

Deadline for Receipt of Proposals

February 20, 2020, 06:00 pm, Kyiv, Ukraine Time to the email address [email protected]

PLEASE NOTE THAT THE EMAIL ADDRESS FOR RECEIPT OF QUESTIONS AND THE EMAIL ADDRESS FOR RECEIPT OF

PROPOSALS ARE DIFFERENT

Point of Contact ProcurementERA @ dai . com

Anticipated Award Type Firm Fixed Price Subcontract

A Firm Fixed Price Subcontract is: An award for a total firm fixed price, 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.

Issuance of this RFP in no way obligates DAI to award purchase order or subcontract and offerors will not be reimbursed for any costs associated with the preparation of their bid.

Basis for Award An award will be made based on the Trade Off Method. The award will be issued to the responsible and reasonable Offeror who provides the best value to DAI and its client using a combination of technical and cost/price factors.

To be considered for award, Offerors must meet the requirements identified in sub-item 5.2 “Responsibility Determination”.

Page 3 of 32

Page 4: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

1. Introduction and Purpose1.1 Purpose

DAI Global LLC (DAI) implements the USAID-funded Economic Resilience Activity (USAID ERA), a five-year program (2018-2023), which supports the development of a more resilient, inclusive, growth-oriented economy in eastern Ukraine by strengthening both market systems and social networks. Interventions funded by the Activity are implemented in partnership with local non-governmental organizations (NGO), government, and private sector actors. Interventions under the USAID ERA contribute to the economic stabilization of the region by supporting vulnerable populations’ participation in the economy, and providing relevant resources and training to improve human capital. The Activity also facilitates co-investments with small and medium enterprises (SMEs) to build technical skills, reach new markets, and grow through sustainable and inclusive business models. Starting from the very beginning USAID ERA conducted a series of value chain assessments, identifying vegetables, honey, Information Technology (IT), innovative manufacturing, tourism in the Sea of Azov and alternative energy as key growth sectors for Micro, Small and Medium Enterprises (MSME) investment. MSMEs are defined as having fewer than 250 employees. They should also have an annual turnover of up to €40 million, or a balance sheet total of no more than €20 million. In this particular RFP, we target bankable SMEs (over 10 employees, but not more than 250, asset balance—over €350k but not more than €20 million, net annual revenue — over €700k, but not over €40 millions) from the abovementioned sectors, reasonably with an annual turnover of $2million - $10 million, however, USAID ERA is not limited to sectors and specific turnover levels and is ready to consider the offers on a case by case basis should they meet the Activity goals and principles. The following conditions are strict: the SME should not belong, be owned or affiliated to companies and persons whose business exceeds SME limits, has a demonstrably negative reputation of improper business practices, practices ”offshoring” or other non-transparent business models, etc.

Through its Annual Program Statement, network analysis and interviews with firms in eastern Ukraine, USAID ERA determined that companies currently lack access to growth capital that would enable them to invest in new technology, market products and services to high value, competitive markets, and improve business management. These investments are required in order to grow companies, increase jobs for eastern Ukrainians and improve the competitiveness and attractiveness of the eastern Ukrainian economy. The current situation is partially due to the economic volatility of the region, uncertainty about the future and unfamiliarity with modern approaches to business development strategy design and strategic plans. Businesses have long been functioning in survival mode and limit their planning to the short term.

Considering the higher investment risk level in eastern Ukraine, USAID ERA has launched a separate grant mechanism to support local SMEs during the capital raising stage by providing risk mitigations grants in order to meet the acceptable (market) risk level of investors. It is important to note that USAID ERA does not guarantee the application of the above-mentioned mechanism within the current RFP, all respective transaction will be reviewed regarding the risk level on a case by case basis.

DAI seeks to support SMEs in the target growth sectors discussed above to access investment capital by engaging transaction advisory firms on a retainer plus success fee basis. Investment capital may come in the form of equity investment or longer-term debt investment. USAID ERA intends to catalyze investment and finance without distorting the market, while demonstrating the viability of eastern Ukrainian SMEs as viable business partners and investments.

Page 4 of 32

Page 5: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

1.2 Issuing OfficeThe Issuing Office and Contact Person 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.

1.3 Type of Award AnticipatedDAI anticipates awarding a Firm Fixed Price Subcontract. This subcontract type is subject to change during the course of negotiations.

2. General Instructions to Offerors2.1 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 for liable for these costs.

Proposals are due no later than February 20, 2020, 06:00 pm, Kyiv, Ukraine Time, to be submitted via procurement email [email protected]. The RFP number and title of the activity must be stated in the subject line of the email. Cost and technical proposals shall be submitted to the same mailbox in two different files (VOLUME I: TECHNICAL PROPOSAL and VOLUME II: COST/PRICE PROPOSAL).

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 nonresponsive or incomplete proposal.

2.2 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 sixty (60) calendar days for the prices provided. Acknowledge the solicitation amendments received.

2.3 Questions regarding the RFPEach 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 to the Issuing Office as specified in the Synopsis above. No questions will be answered by phone. Any verbal information received from a DAI or USAID ERA 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.

Page 5 of 32

Page 6: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

3. Instructions for the Preparation of Technical ProposalsTechnical proposals shall be provided in a separate volume from cost/price proposals and shall be clearly labeled as “VOLUME I: TECHNICAL PROPOSAL”. VOLUME I to be submitted in English. The technical approach should be presented in a power point presentation, no more than 15 slides. Submissions in PowerPoint file (.ppt) or PDF are acceptable, although PDF is preferred along with an accompanying PowerPoint file. Annexes may be included without a page limitation; however, the evaluation committee shall review annexes at their discretion.

Technical proposals shall include the following contents

1. Technical Approach – Offerors will detail their approach to fulfilling the accompanying Statement of Objectives (SOO). The approach will clearly indicate how the proposed activities will result in the successful completion of all deliverables and milestones. Please provide details about the experience, expertise, or capacity of your firm to implement the proposed approach and complete the work as described.

2. Management Plan and Staffing Structure – The Offeror should include details of personnel in who might be assigned to activities in the technical approach, 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. Offerors should provide the CV(s) of any individuals proposed in the staffing structure, limited to two (2) pages per individual, submitted as annexes to the Technical Proposal.

3. Past Performance/Corporate capabilities – Please provide details about the experience, expertise, or capacity of your firm to implement the proposed approach and complete the work as described. The Offeror should present two (2) case study examples in line with its Technical Approach, limited to one (1) pages (slides) per case study. In addition, the Offeror should submit a table (See Attachment F) as an annex that provide examples of at least three (3) recent awards of similar scope and duration. The information in the table should include: the legal name and address of the organization for which services were performed, a description of work performed, the duration of the work and the value of the contract, description of any problems encountered and how it was resolved, and a current contact phone number of a responsible and knowledgeable representative of the organization.

3.1 Services SpecifiedFor this RFP, DAI is in need of the services described in Attachment A.

3.2 Technical Evaluation CriteriaEach proposal will be evaluated and scored against the evaluation criteria and evaluation sub-criteria, which are stated in the table below. Cost/Price proposals are not assigned points, but for overall evaluation purposes of this RFP, technical evaluation factors other than cost/price, when combined, are considered significantly more important than cost/price factors.

Evaluation Criteria Evaluation Sub-criteria (if needed) Maximum Points

Technical Approach The proposal is evaluated as to how well it addresses the solution based on the requirements of the RFP. The proposal should demonstrate your organization’s ability to address each of the tasks contained in the SOO and how you will achieve its goals, outputs, and deliverables. Points will be awarded for:

Offeror’s understanding of what it will take for eastern Ukraine SMEs to raise capital for investment.

Offeror’s demonstrated knowledge of and ability to link SMEs to available sources of debt and equity financing.

40 points

Page 6 of 32

Page 7: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

Anticipated challenges for SMEs to access finance and innovative solutions to overcome these constraints.

Clarity and feasibility of offeror’s plan for how to identify a pipeline of SMEs, screen the firms and select high-potential clients.

Proposed agreement structure for the relationships with client/beneficiary SMEs.

Management Plan and Staffing Structure

The extent to which the proposed personnel show the capacity to carry out the proposed technical and management actions. The Team Lead leading the activity on behalf of the organization should possess the following experience:

Experience designing and managing similar activities in Ukraine.

Demonstrated recent success (past 5 years) in raising financing for SMEs in Ukraine, preference for similar sectors.

Demonstrated experience and knowledge of Ukrainian laws and regulatory environment affecting SME’s ability to raise capital.

Experience structuring both debt and equity deals. The extent to which the Offeror demonstrates how its management approach described through its staffing plan and organizational structure will lead to a rapid successful and effective implementation of the activity to achieve expected results in a cost-effective and efficient manner.

25 points

Past Performance/

Corporate Capability

The extent to which the offeror’s experience and capacities in addressing the issues covered by the RFP.

Experience in designing and implementing activities aligned with the Statement of Objectives (SOOs).

Previous experience in supporting Eastern Ukrainian enterprises is considered an advantage.

35 points

Total Points 100 points

Eligibility RequirementsThe following are the key minimum qualifications of the Offeror:

1. Demonstrable institutional experience in Ukraine supporting access to finance and investment for SMEs.

2. Demonstrated ability to manage and invest development or impact-aligned funds in support of the growth of private enterprises that have aligned objectives.

3. Demonstrated relationships and experience with financial institutions in Ukraine. 4. Demonstrated management and organizational capacities, including skills in budgeting, proposal

writing, record-keeping, and reporting.

The awardee must be legally registered (present in the form of a subsidiary or else) in Ukraine. As long as it is registered, any nongovernment organization or association or private company, whether for-profit or not-for-profit, may apply. Ukrainian Government agencies are not eligible.

Page 7 of 32

Page 8: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

4. Instructions for the Preparation of Cost/Price Proposals4.1 Cost/Price Proposals

Cost/Price proposals shall be provided in a separate volume from technical proposals and shall be clearly labeled as “VOLUME II: COST/PRICE PROPOSAL”.

Provided in Attachment C.1, as a separate attachment, is the budget template for the Cost Proposal. 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. These services are eligible for VAT exemption under the DAI prime contract #72012118С00004 registered with the Ministry of Economic Development and Trade of Ukraine, having the registration card #3987-03 dated November 25, 2019, accreditation certificate #288 dated January 11, 2017 (with amendments as of November 29, 2018 and as of April 23, 2019). The Subcontractor is 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.

5. Basis of Award 5.1 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.

Please note that Offerors may be asked to provide additional detail regarding their Travel, Materials, and Other Direct Costs in their cost proposal after proposal submission.

DAI may award to an Offeror without discussions. Therefore, the initial offer must contain the Offeror’s best price and technical terms.

5.2 Responsibility DeterminationDAI 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 licenses to operate in Ukraine, namely valid local business registration (company registration documents, including document from the tax authority about VAT status).

2. Evidence of a DUNS 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. Have the necessary production, construction and technical equipment and facilities if

applicable.

Page 8 of 32

Page 9: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

10. Be qualified and eligible to perform work under applicable laws and regulations.

6. Anticipated post-award Deliverables Upon award of a subcontract, the deliverables and deadlines detailed in below table 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.

No. Deliverable Name Due Date

1 Workplan 2 weeks of subcontract signature

2 Initial Pipeline Report 4 months of subcontract signature

3 Letters of Engagement 6 months of subcontract signature

4 Pre-investment support packages 12 months of subcontract signature

5 Transaction Closeout Report 18 months of subcontract signature

7. Inspection & AcceptanceThe 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.

8. Compliance with Terms and Conditions8.1 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.

8.2 Source and NationalityUnder the authorized geographic code for its contract DAI may only procure goods and services from the following countries.

Geographic Code 937: Goods and services from the United States, the cooperating country, and "Developing Countries" other than "Advanced Developing Countries: excluding prohibited countries. A list of the "Developing Countries" as well as "Advanced Developing Countries" can be found at: http://www.usaid.gov/policy/ads/300/310maa.pdf andhttp://www.usaid.gov/policy/ads/300/310mab.pdf respectively.

Geographic Code 110: Goods and services from the United States, the independent states of the former Soviet Union, or a developing 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

Page 9 of 32

Page 10: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

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.

8.3 Data Universal Numbering System (DUNS)There is a mandatory requirement for your organization to provide a DUNS number to DAI. The Data Universal Numbering System is a system developed and regulated by Dun & Bradstreet (D&B) that assigns a unique numeric identifier, referred to as a "DUNS number" to a single business entity. Without a DUNS number, DAI cannot deem an Offeror “responsible” to conduct business with and therefore, DAI will not enter into a subcontract/purchase order or monetary agreement with any organization. The determination of a successful offeror/applicant resulting from this RFP/RFQ/RFA is contingent upon the winner providing a DUNS number to DAI. Offerors who fail to provide a DUNS number will not receive an award and DAI will select an alternate Offeror.

All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $30,000 and above are required to obtain a DUNS number prior to signing of the agreement. Organizations are exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. DAI requires that Offerors sign the self-certification statement if the Offeror claims exemption for this reason.

For those required to obtain a DUNS number, see Attachment D - Instructions for Obtaining a DUNS Number - DAI’S Vendors, Subcontractors

For those not required to obtain a DUNS number, see Attachment E: Self Certification for Exemption from DUNS Requirement

9. Procurement Ethics Neither payment nor preference shall be made by either the Offeror, or by any DAI staff, in an attempt to affect the results of the award. DAI treats all reports of possible fraud/abuse very seriously. Acts of fraud or corruption will not be tolerated, and DAI employees and/or subcontractors/grantees/vendors who engage in such activities will face serious consequences. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Offeror or the DAI staff may report violations to the Toll-Free Ethics and Compliance Anonymous Hotline at +1 855-603-6987, via the DAI website, or via email to [email protected]. DAI ensures anonymity and an unbiased, serious review and treatment of the information provided. Such practice may result in the cancellation of the procurement and disqualification of the Offeror’s participation in this, and future, procurements. Violators will be reported to USAID, and as a result, may be reported to the U.S. Department of Justice to be included in a Restricted Parties list, preventing them from participating in future U.S. Government business.

Offerors must provide full, accurate and complete information in response to this solicitation. The penalty for materially false responses is prescribed in Section 1001 of Title 18 of the United States Code.

In addition, DAI takes the payment of USAID funds to pay Terrorists, or groups supporting Terrorists, or other parties in exchange for protection very seriously. Should the Terrorist, groups or other parties attempt to extort/demand payment from your organization you are asked to immediately report the incident to DAI’s Ethics and Compliance Anonymous Hotline at the contacts described in this clause.

By submitting an offeror, offerors certify that they have not/will not attempt to bribe or make any payments to DAI employees in return for preference, nor have any payments with Terrorists, or groups supporting Terrorists, been attempted.

Page 10 of 32

Page 11: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

10.Attachments10.1 Attachment A: Statement of Objectives

Transaction Advisory Services for eastern Ukraine SMEs

BackgroundThe biggest challenge for entrepreneurs in eastern Ukraine is the lack of access to financial resources to help start, rebuild or develop their business. There are a few potential sources of funding for SMEs, which are not fully utilized, but banks and private investors are often unable to access the risk and attractiveness of potential deals. SMEs have limited understanding of financial markets, cost of capital and opportunities for financing. This is complicated by past, and to some extent current, predatory practices by lenders and investors, which have eroded trust and increased SME reluctance to seek out financing.

For the most part, commercial banks are not actively lending beyond working capital loans and some longer-term lending to corporate clients. The exceptions are banks that have SME credit lines with international financial institutions such as Kreditanstalt für Wiederaufbau (KfW) and European Bank for Reconstruction and Development (EBRD) or guarantees through risk-sharing facilities. Potential sources of debt financing include – but may not be limited to:

• Commercial Lending: • EBRD on lending to commercial banks: UKRSIBBANK (BNP Parisbas), Parieaus Bank

(Greek); Raiffeisen (with a 4th under negotiations).• EBRD direct SME lending. • EBRD risk sharing facility with partner banks when needed. • Oschadbank: largest retail network in Eastern Ukraine.

• SME Finance Programs:• EU4Business SME financing: https://www.eu4business-ebrdcreditline.com.ua/ . • German Ukrainian Fund (GUF): SME Investment Support Program and FinanceEast.

In addition to debt financing, $80 billion in assets are estimated to be in the hands of private individuals who have not put the funds into banks or other investments. More often, SMEs obtain growth equity from networks of friends, family and private investors identified by capital advisors rather than private equity funds. PE funds may consider deals starting at $5 million, but usually look for opportunities above $10 million in firms who have potential to grow three-fold. Most of the SMEs in eastern Ukraine do not match what their investors are seeking to invest in currently based on the size and growth prospects. In addition, there is a reluctance to consider equity investors based on the history of equity investment in eastern Ukraine, with firms being coerced to sell portions of their companies below market value to unscrupulous investors.

Concurrently to supporting transaction advisory services, USAID ERA is identifying firms through its Annual Program Statement and negotiating grants to select beneficiary firms to support inclusive investments. For medium enterprises, seeking investment capital that exceeds $500,000, limited grant funding is not likely to be sufficient. Even with some grant funding, firms may need to access capital to cover the majority of the investment costs. Firms benefiting from transaction advisory may also benefit from grants, which may make the investment opportunity more attractive to banks and private investors, but SMEs are not guaranteed access to grant funding through USAID ERA.

Objective

Page 11 of 32

Page 12: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

USAID ERA seeks to mobilize investment in Luhansk, Donetsk and Zaporizhzhia oblasts that result in inclusive growth through partnerships with firms and investors that mobilize investment in growth sectors. Target growth sectors include diversified agriculture (excludes commercial grain production), biofuel, IT, innovative manufacturing and tourism in the Sea of Azov.

Provide a successful transaction advisory services for at least 2 SMEs, which will include the investment transaction worth over $1 million for each SME, with total sum of all transactions over $3 million.

As the evidence of successful investment transaction, the Subcontractor shall facilitate the conclusion of investment agreement (or other appropriate agreement, which include the inflow of debt or equity capital for selected SME). USAID ERA shall receive the copy of duly signed agreement between Investor and SME.

TasksIn order to select high-potential transactions and build the evidence base for mobilizing private capital to achieve USAID ERA development objectives, the selected Subcontractor(s) will be expected to achieve the value it proposes to close in transactions by completing the following illustrative tasks: Task 1: Assessment and Identification Selected Subcontractor(s) will be responsible for identifying current investment opportunities across eastern Ukraine from a wide variety of sources. Potential sources might include development finance institutions; asset managers; private investors; banks and lenders; corporate investors, other SMEs; government investment agencies; donor-funded projects; industry think tanks; incubators and accelerators; and other ecosystem actors.

Pipeline Development: The Subcontractor will align with USAID ERA on the activity workplan, timeline, and reporting requirements, including a kickoff meeting. USAID ERA will form a small Investment Review Committee (est. 3-5 team members including investment specialist and growth sector specialists) who will be the point of contact for reviewing potential transactions and approving the Subcontractor deliverables. The Subcontractor will finalize the SME criteria, in consultation with USAID ERA team for identifying and screening the highest potential SMEs whose investments align with USAID ERA objectives. Broadly, SMEs will operate in one or more of the three target oblasts: Government control areas of the Luhansk, the Donetsk oblasts and Zaporizhzhia (focus on the Sea of Azov region) oblasts. DAI expects from the Subcontractor to present a robust pipeline of identifying potential SMEs, their assessment and selection, that will be possibly adjusted, but not significantly changed during the implementation.

The Subcontractor’s assessment and selection of SMEs should reference the following metrics, among other relevant metrics as agreed upon: - Size (equity or loan amount needed); - Sales volume of business; - Growth targets – Sector; - Positioning in the sector; - Competition; - Transaction support services required; - Description of your firm’s relationship with the business including feedback on whether you are the

business’s exclusive advisor and length of engagement;

Page 12 of 32

Page 13: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

- Description of potential investors; - Description of lenders already engaged in the transaction and why they are appropriate for the

transaction; - Description of why your firm believes the transaction has the potential to close despite difficult

economic and political environment. Identification and Consensus: Upon submission of a report including the assessment of SMEs, the Subcontractor will identify SMEs well-positioned for growth and achievement of USAID ERA objectives. Based on available data, a small number of ‘secondary priority’ enterprises may be identified as a contingency. The transaction pipeline will be reviewed but the project’s Investment Review Committee and the Subcontractor may propose transactions to add to the prioritization list, or engagements to suspend, in consultation and agreement with the USAID ERA Investment Review Committee. Task 2: SME Engagement and Scope Development Consultations and Scoping: The Subcontractor will conduct consultations with the identified SMEs to confirm suitability and develop enterprise-level scopes of work. The Subcontractor will work closely with SME management teams to identify specific barriers to expansion and develop actionable solutions that will enable capital mobilization. These consultations will result in the identification of specific areas of support and, with the approval of activity stakeholders, the Subcontractor will formalize the scope and intended engagement in business-level engagement letters. Engagement with each enterprise will vary in scope and timeline, but individual workplans will be developed on a per-engagement basis. Performance metrics with clear traceability for work performed will also be defined for each engagement and included as part of each workplan. These metrics will establish the engagement-level performance payments structure. All compensation for this work will be per the terms of this contract. USAID ERA review committee and the firm will review and agree upon the scope, timeline, performance metrics, and fee structure for each engagement. Task 3: SME Support SME Interventions: Upon formalization, the Subcontractor will transition to extensive direct engagement. The Subcontractor will utilize multi-dimensional interventions to support companies in achieving the objective of mobilizing capital. Interventions may include, for example, technical and investment advisory services to address operational, managerial, market, governance, legal and/or financial issues identified, as well as support in identifying and engaging with potential investors, preparing financial valuation package, loan application and supporting documentation, business plan, market assessment, financial model, pitch decks, and assistance reviewing terms sheets and letters of intent as appropriate. Each engagement will contain capital raising support. The list below outlines illustrative advisory services that may be supported under this initiative, although other approaches may be most appropriate and will be considered.

● Technical and investment advisory services that address operational, managerial, governance, and financial issues as well as investor and strategic partner (e.g. supplier, distributor, customer) matchmaking and transaction support as required/requested by the companies;

● Identifying providers of capital, if and as needed, and dependent on deal structuring. Once identified, successful offeror will work with financing provider(s) to structure and secure financing for deal completion;

Page 13 of 32

Page 14: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

● Business plan and/or revenue model assessment;

● Preparing debt/equity fundraising materials for enterprises;

● Detailed due diligence support for investors;

● Debt/equity fundraising materials;

● “Honest broker” support to negotiations and mitigating information asymmetries between investors/enterprises;

● Mitigating information asymmetries between investors/enterprises;

● Investment structure selection assistance;

● Preparing financial valuation package;

● Reviewing term sheets and letters of intent;

● Financial risk management and planning for appropriate debt and equity mobilization;

● Identification of partnerships/franchises, and structuring of partnership frameworks and agreements;

● Provision of surge capacity or geographic presence to overcome a specific transaction hurdle.

The transaction support should leverage appropriate techniques to position the companies and/or investors to come to closure on transactions within a 12-18 month timeframe.

Although the transactions receiving advisory support are yet to be identified, USAID ERA expects offerors to propose illustrative approaches, timeframes and cost proposals that are representative of their technical approach(es) and management plan for this activity that builds on their approach to pipeline identification. Please include proposed performance metrics and performance fee structure.

Task 4: Closing Transactions Transaction Closeout Report: For all transactions supported, the selected firm(s) will be required to submit a final report summarizing the activities completed, the challenges encountered, and lessons learned, the outcome of the engagement, and when applicable a summary of investment terms, conditions, parties, metrics and indicators. Should the deal fail to close, a summary of the roadblocks hit and reasons why the deal was not successful.

Monitoring, Evaluation & Learning (MEL) DAI will count selected MSMEs who received assistance from the Subcontractor as direct beneficiaries and will require the Subcontractor to support or conduct necessary data collection in order to measure impact of this assistance and report against ERA performance indicators such as sales, investments, and some others. DAI will work closely with the Subcontractor to define full list of performance indicators applicable in this case and define additional appropriate indicators for the overall pipeline identification and the select transactions that are supported in order to report about results in the most efficient way.

The Subcontractor will be fully responsible for conducting the data collection surveys via using certain types of questionnaires (QNRs); templates of QNRs as well as instruction on how to work with them will be provided by ERA M&E team. Page 14 of 32

Page 15: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

While collecting data, the Subcontractor should ensure that all required fields of QNRs are filled in correctly. In case of misprints/missing information, the Subcontractor should clarify the gaps and deliver to ERA staff – M&E team or technical officer – only fully completed QNRs signed by each interviewee.

Baseline data on beneficiaries should be collected and submitted to ERA once the Subcontractor selected MSMEs who will receive assistance and sign with them any type of formal or informal agreement. Progress data on individual and MSME beneficiaries should be collected and submitted to ERA team on quarterly basis following the data submission timeline:

by January 5 for 1st quarter (1 October– 31 December); by April 5 for 2nd quarter (1 January – 31 March); by July 5 for 3rd quarter (1 April – 30 June); and by October 5 for 4th quarter (1 July – 30 September).

Due to necessity of monitoring of provided assistance’s success beyond the life of the subcontract activities, the Subcontractor is expected to adequately respond to any request from ERA M&E team even after the subcontract completion.

DAI will conduct data quality assessments as necessary.

DAI will work with the Subcontractor to develop the MEL plan at the kick off, and again as each transaction is selected for advisory services and will collect and review data from the subcontractor for requisite reporting to USAID throughout the life of the activity. The Subcontractor will be required to reasonably maintain and report on relevant data as part of the periodic check-in process.

Implementation TimeframeThe activities outlined above are estimated to take place over an 18-month time period. Firms should plan to start with pipeline identification immediately and present opportunities to the USAID ERA Investment Review Committee on a rolling basis as opportunities are deemed strategic and feasible. Once presented with an opportunity for consideration, the review committee will aim to review the opportunities quickly and respond with any questions, additional information needed, or a decision on next steps within 1-2 weeks.

The period of performance for the pipeline identification work will be dependent on how quickly transactions are selected for support. Once the funding for transaction support is committed, selected firm(s) will spend the remainder of their period of performance finalizing the advisory work they have been approved to do.

Offerors should propose a timeline for the pipeline identification in line with their proposed technical approach and transaction closing reports.

Page 15 of 32

Page 16: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

10.2 Attachment B: Proposal Cover Letter[On Firm’s Letterhead]<Insert date>

TO: Click here to enter text.Development Alternatives, Inc.

We, the undersigned, provide the attached proposal in accordance with RFP No. REQ-KYV-20-0002 Transaction Advisory for Eastern Ukraine Small and Medium Enterprises of over $1 million transactions issued January 16, 2020.

Our attached proposal is for the total price of <Sum in Words ($0.00 Sum in Figures) >.

I certify a validity period of 60 (sixty) calendar days for the prices provided in the attached Price Schedule/Bill of Quantities. 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 certify our financial responsibility and acceptance of DAI payment terms, which is payment upon delivery and acceptance of the provided services.

We understand that DAI is not bound to accept any proposal it receives.

Yours sincerely,

Authorized Signature: Name and Title of Signatory: Click here to enter text.Name of Firm: Click here to enter text.Address: Click here to enter text.Telephone: Click here to enter text.Email: Click here to enter text.

Company Seal/Stamp:

Page 16 of 32

Page 17: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

10.3 Attachment C: Price ScheduleDeliverabl

e table#Deliverable

nameDescription Due Date Percentage of the

total budget

1 Workplan The Subcontractor will validate all elements of the proposed approach, interventions, timelines, milestones, ME&L framework, etc., and the resulting Workplan, in consultation with USAID ERA.

Pipeline plan presentation in format of PPT (ppt or pdf format) and workplan in format of Word and Excel files.

Within 2 weeks of subcontract signature

4%

2 Initial Pipeline Report

The Subcontractor will generate a report assessing and identifying SMEs well-positioned for growth, based on agreed upon metrics, proposing the highest priority enterprises and clearly outlining final recommendations.

As part of the report, the Subcontractor shall provide a list of potential SMEs including their key financial indicators, purpose of investments, amount of investments (size of potential transactions), sector (NACE codes), potential source(s) of investments, assessment of probability of investment transaction.

The Initial Pipeline Report should be presented in both .xls and .doc (including copies in pdf format).

Within 4 months of subcontract signature

8%

3 Letters of Engagement

The Subcontractor will submit a letter of engagement for each transaction to be supported. It should include the Scope of Work with each finalist enterprise, key performance metrics and targets (e.g. amount and type of capital to be raised, impacts such as jobs to be created or others as appropriate), and requisite NDA, M&E, communications and other requirements.

A copy of the fully executed letter of engagement signed by all parties will be submitted as evidence that services are formally initiated to support the enterprises in achieving the proposed interventions, and the Subcontractor will develop individual workplans reflective of the proposed SOW and associated performance metrics.

The Subcontractor shall present scanned copies of all duly signed letters of engagement in pdf format.

Within 6 months of subcontract signature

8%

4 Pre-investment support packages

Per the Workplan of each engagement (provided under deliverable 3); the Subcontractor will submit pre-investment support packages for each deal including: financial valuation package submitted to a client firm, loan applications and supporting documentation, and engagement deliverables include business plans, market assessments, financial models, pitch decks, etc.). Shortlist of potential investors for each particular selected SMEs, as well

Within 12 months of subcontract signature

30%

Page 17 of 32

Page 18: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

as plan to approach them

The pre-investment support packages for all the selected SMEs in format of pdf and xls. Shortlist of potential investors for each particular selected SMEs, as well as plan to approach them

5 Transaction Closeout Report

Final report for each transaction summarizing the activities completed, the challenges encountered, and lessons learned, the outcome of the engagement, and when applicable a summary of investment terms, conditions, parties, metrics and indicators.

Final report, according to collected data from all duration of the Subcontract, including all the stages progress and conclusions, deviations from initial pipeline, lessons learned, challenges, fails and success stories.18 months of subcontract signature

Duly signed investment agreements (according to article 10.1, Objective) between SMEs and Investors, including other evidences of successful transactions.

18 months of subcontract signature

50%

(payments prorated where transaction value is less than the total transaction value target)

Delivery Period (in calendar days): Click here to enter text.

Detailed budget

Please, utilize the attached budget format (Attachment C.1 to RFP). Offerors should indicate the total and all-inclusive price for the services in National currency of Ukraine –

UAH.

10.4 Attachment D: Instructions for Obtaining a DUNS Number - DAI’S Vendors, Subcontractors

INSTRUCTIONS FOR OBTAINING A DUNS NUMBER

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 a DUNS number to DAI. Organizations who fail to provide a DUNS number will not receive an award and DAI will select an alternate vendor/subcontractor/grantee.--------------------------------------------------------------------------------------------------------------------------Background: Summary of Current 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 users include the U.S. Government, European Commission and the United Nations. The DUNS number will be used to better identify related organizations that are receiving U.S. federal funding, and to provide consistent name and address data for electronic application systems.

Page 18 of 32

Note: There is a Mandatory Requirement for your Organization to Provide a DUNS number to DAI

I. 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 a DUNS number 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.

II. 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 a DUNS number 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 a DUNS number; 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 A DUNS NUMBER.

Page 19: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

Instructions detailing the process to be followed in order to obtain a DUNs number for your organization begin on the next page.

Page 19 of 32

Page 20: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

THE PROCESS FOR OBTAINING A DUNS NUMBER IS OUTLINED BELOW:

1. Log on to the D&B (Dun & Bradstreet) DUNS registration website to begin the process of obtaining a DUNS number free of charge.

http://fedgov.dnb.com/webform/index.jsp

Please note there is a bar on the left for Frequently Asked Questions as well as emails and telephone numbers for persons at Dun & Bradstreet for you to contact if you have any questions or difficulties completing the application on-line. DAI is not authorized to complete the application on your organization’s behalf; the required data must be entered by an authorized official of your organization.

2. Select the Country where your company is physically located.

3. You will first be asked to search the existing DUNS database to see whether a DUNS number already exists for your organization/entity. Subcontractors/grantees who already have a DUNS number may verify/update their DUNS records.

4. Potential DAI subcontractors/vendors/grantees who do not already have a DUNS number will be shown the screen below. To request a new DUNS Number, the “Request a New D-U-N-S Number” button needs to be selected.

Page 20 of 32

Page 21: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

5. Enter the information regarding your organization listed on the next three screens. (See screen shots below.) Make sure you have the following information available (in English) prior to beginning the process of entering this section in order to ensure successful registration.

Legal Business Name (commas are allowed, periods are not allowed) Address Phone Name of Owner/Executive Total Number of Employees Annual Sales or Revenue (US Dollar equivalent) Description of Operations

6. Note that some fields are Optional, however all other fields must be completed to proceed further with the application process. For example, all applicants must complete the Organization Information sections. The Company Name and Physical Address fields are self-populated based on information previously entered during the initial DUNS search. The question marks to the left of the field provide additional information when you click on them.

7. You must select the legal structure of your organization from the pull-down menu. To assist you in selecting the appropriate structure that best represents your organization, a brief description of the various types follows:

Corporation – A firm that meets certain legal requirements to be chartered by the state/province in which it is headquartered by the filing of articles of incorporation. A

Page 21 of 32

Page 22: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

corporation is considered by law to be an entity separate and distinct from its owners. It can be taxed; it can be sued; it can enter into contractual agreements.

Government - central, province/state, district, municipal and other U.S. or local government entities. Includes universities, schools and vocational centers owned and operated by the government.

Limited Liability Company (LLC) - This is a type of business ownership combining several features of corporation and partnership structures. It is designed to provide the limited liability features of a corporation and the tax efficiencies and operational flexibility of a partnership. Its owners have limited personal liability for the LLC’s debts and obligations, similar to the status of shareholders in a corporation. If your firm is an LLC, this will be noted on the organization’s registration and licensing documents.

Non-profit - An entity which exists for charitable reasons and is not conducted or maintained for the purpose of making a profit. Any money earned must be retained by the organization, and used for its own expenses, operations, and programs. Most organizations which are registered in the host country as a non-governmental organization (NGO) rather than as a commercial business are anon-profit entities.

Community based organizations, trade associations, community development councils, and similar entities which are not organized as a profit-making organization should select this status, even if your organization is not registered formally in country as an NGO.

Partnership- a legal form of operation in which two or more individuals carry on a continuing business for profit as co-owners. The profits and losses are shared proportionally.

Proprietorship-These firms are owned by one person, usually the individual who has day-to-day responsibility for running the business. Sole proprietors own all the assets of the business and the profits generated by it.

8. One of the most important fields that must be filled in is the Primary SIC code field. (See screen shot below.) The Primary Standard Industrial Code classifies the business’ most relevant industry and function.

Page 22 of 32

Page 23: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

9. If you are unsure of which SIC Code your organization’s core business falls under, please refer to the following website: http://www.osha.gov/oshstats/sicser.html

Page 23 of 32

Page 24: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

You will need to enter certain keywords to bring up the potential SIC Codes. In the case above, “Research” was entered as the keyword, and resulted in the following:

PLEASE NOTE: Many of the DAI subcontractors and grantees fall under one of the following SIC codes:

8742 Management Consulting Services

1542 General Contractors-Nonresidential Buildings, Other than Industrial Buildings and Warehouses or one of the codes within:

Industry Group 357: Computer And Office Equipment

Industry Group 355: Special Industry Machinery, Except Metalworking

Industry Group 356: General Industrial Machinery And Equipment

Industry Group 359: Miscellaneous Industrial And Commercial

Page 24 of 32

Page 25: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

10. Description of Operations- Enter a brief description of the primary services you provide the example below, “agricultural technical assistance” was chosen as the primary function of the business.

11. The Annual Sales or Revenue figure should be provided in USD (US Dollar) equivalent.

12. Once all of the fields have been completed, click on “Submit Your Request” to be taken to the Verification page.

Page 25 of 32

Page 26: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

13. Note: Representative (Principal, Owner or Officer) needs to verify and provide affirmation regarding the accuracy of the data under criminal or civil penalties as per Title 18, Section 1001 of the US Criminal Code.

14. Once “Yes, Continue” button is clicked, the registration application is sent to D&B, and a DUNS number should be available within 24-48 hours. DUNS database can be checked in 24-48 hours by entering the Business Information in the Search window – which should now display a valid result with the new DUNS number for the entity.

Page 26 of 32

Page 27: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

10.5 Attachment E: Self Certification for Exemption from DUNS Requirement

Self-Certification for Exemption from DUNS Requirement

For Subcontractors and Vendors

Legal Business Name:

Physical Address:

Physical City:

Physical Foreign Province (if applicable):

Physical Country:

Signature of Certifier

Full Name of Certifier (Last Name, First/Middle Names):

Title of Certifier:

Date of Certification (mm/dd/yyyy):

The sub-contractor/vendor whose legal business name is provided herein, certifies that we are an organization exempt from obtaining a DUNS number, 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.

Page 27 of 32

Page 28: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

10.6 Attachment F: Past Performance FormInclude 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 five years. Please provide no more than 3 examples. Recent examples will be valued more than older examples

# Project Title

Description of Activities

LocationProvince/District

Client Name/Tel No

Cost in US$

Start-EndDates

Completed on schedule(Yes/No)

Completion Letter Received?(Yes/No)

Type of Agreement, Subcontract, Grant, PO (fixed price, cost reimbursable)

1

2

3

4

5

6

7

8

9

10

Page 28 of 32

Page 29: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

10.7 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.

Page 29 of 32

Page 30: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

List of Additional Attachments

10.8 Attachment H: Branding and Marking Plan

Note: This is not required as part of the proposal. It is included as information for the Offeror. Upon subcontract award, this will be the first deliverable due.

Appendix N: Marking Plan

Sub Project Number and Name: _____________________________________________________

Name of Implementing Partner: _____________________________________________________

Name and Title of Partner’s Agent: __________________________________________________

Name and Title of DAI Project Manager: _____________________________________________

Instructions: This form has been created to provide implementing partners (subcontractors and grantees) and DAI Project Managers with a summary of marking requirements found in the Project’s Branding Implementation Plan (BIP). This form must be completed by the DAI Project Manager in conjunction with the agent of the implementing partner. Once completed, the Project Manager must upload the form to TAMIS.

Subproject Activities

Provide a short summary of the activities to be completed including the project location. For example, what materials or equipment will be purchased? What events will take place?

Include 2-3 sentence summary here:

Please place an “X” below for each activity that will take place as part of this Sub project. The implementing partner will be responsible for ensuring the Marking noted in the table below is implemented according to standards and templates provided.

Mark “X”

Activity/Documents Required Marking

Activities

Page 30 of 32

Page 31: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

RFP No. REQ-KYV-20-0002

Mark “X”

Activity/Documents Required Marking

Documents

Reports

Certificates (training or other)

Invitations

Other (please describe)

Co- Branding and Co-Marking:

DAI logo must not appear on any USAID funded programmatic material.

Requests for Exceptions or Waivers of Marking Requirements – If you do not feel it is possible to mark one or more of the items or events listed above, please describe below (1) what marking you want to be exempt from (2) how the activity or item meets the requirement for an exception or waiver.

Include full detailed justification here:

Page 31 of 32

Page 32: €¦  · Web viewUSAID Economic Resilience Activity (USAID ERA) Request For Proposals (RFP) No. REQ-KYV-20-0002. Transaction Advisory for Eastern Ukraine Small and Medium Enterprises

10.9 Attachment I: Full Terms of Contract – to be provided prior during Subcontract negotiations.

10.10 Attachment J: Proposal Checklist

Offeror: __________________________________________________________________________

Have you?

Submitted your proposal to DAI to the electronic address [email protected] as specified in General Instructions above?

Does your proposal include the following?

Signed Cover Letter (use template in Attachment B)

Separate Technical and Cost proposals individually labeled as Volume I and Volume II respectfully

Proposal of the Product or Service that meets the technical requirements as per Attachment A

Cost proposal include templates referenced in Attachment C.1: Detailed budget

Response to each of the evaluation criteria

Documents use to determine Responsibility: valid local business registration (company registration documents, including document from the tax authority about VAT status)Evidence of a DUNS Number OR Self Certification for Exemption from DUNS Requirement

Past Performance (use template in Attachment F)

Page 32 of 32