ARD Request for Proposal entitled “Fisheries Data for Sustainable Management in FMA 715, Indonesia”

Date
of Issuance:                                            October 7, 2016

Closing
Date for Questions:                           October
21, 2016

Closing
Date for Submission of Proposal:      October
28, 2016

Subject:                                                         Tetra
Tech ARD Request for Proposal

entitled
“Fisheries Data for Sustainable Management in FMA 715, Indonesia”

 

Dear
Sir/ Madam,

 

You
are kindly invited to submit a technical and financial proposal relating to Tetra Tech ARD.   All related correspondence for this proposal
should be sent to:

 

alan.white@sea-indonesia.org
and tiene.gunawan@sea-indonesia.org

 

·         
Tetra Tech ARD intends to issue a Firm Fixed Price contract for this work

·         
Costs incurred by respondents for the preparation
of a proposal and the negotiation of contract are not reimbursable.

·         
Tetra Tech ARD is not bound to accept any

of the proposals submitted.

·         
Tetra Tech reserves the right to accept an
offerors proposal without further discussion.

·         
Tetra Tech ARD will only evaluate
proposals from licensed, qualified firms to execute and implement the work
under this project.

·         
The Offers must be able to complete all
the items stated in the Statement of Work.

·         
Note to RFP offeror- if the RFP has
multiple phases or activities, add in the following statement Tetra Tech
reserves the right to order phases and activities most advantageous to Tetra
Tech without necessarily procuring the entire proposed items

 

All
questions and inquiries related to this request must be submitted prior to the
Closing Date shown above for this RFP. All “Offerors” must submit their
questions to Tetra Tech ARD via the
email addresses shown above.

 

The
subject line should have: “Questions for
RFP: “Title”

In
compliance with standard procedure, all inquiries and comments will be shared
with the rest of the Offerors along with Tetra Tech’s response. Questions
received after the closing date for Questions may not be answered.

 

Proposal
Instructions

 

The
Offeror shall submit its best price offer/proposal in accordance with the Scope
of Work (SOW) and shall contain the following:

 

1.         Proposal
Cover Letter
signed by a person authorized to sign on behalf of the
Offeror;

2.         Technical
Approach/Proposal
for completing the deliverables in the SOW;

3.         Summary
of Relevant Experience.
  Offerors
should list current and previous relevant projects;

4.         Corporate
Capabilities;

5.         Performance
References for similar work;

6.         Budget.  Offerors must use budget template in
Attachment B

7.         Budget
narrative. 
Offerors must explain the
rationale behind the numbers.

 

Submittal
requirements:

·         
Proposals shall be submitted via e-mail.

·         
The Subject line of the email should read:
Questions for RFP: “Title”

·         
Proposals received after the exact time
specified for receipts of offer shall be considered late and shall not be
evaluated.

 

Respondents
shall receive an email acknowledging that their Proposal has been received upon
its submission.

 

Appendixes
of added information for this RFP are provided below.

 

Appendix
A:   Statement of Work

Appendix
B:    Budget Template

Appendix
C:    Required Certification

Appendix
D:   Suggested Proposal Format

Appendix
E:    Proposal Evaluation Criteria

 

 

 

Appendix (A)

Statement of Work
Appendix (B)

Budget

 Also include as an Excel
Spreadsheet

 

 

 

 

 

 

 

 

 

BUDGET

 

 

DIRECT LABOR

 

 

 

 

     Days

 

Position

Name

Rate

    (Basis)

Total

 

 

 

 

 

 

 

                         –  

 

 

                         –  

 

 

                         –  

 

 

                         –  

 

 

                         –  

Total Direct Labor

 

 

  

                         –  

TRAVEL, TRANSPORTATION
and PER DIEM

 

Description

 

Rate

Units

(Basis)

Total

 

 

 

 

  

 

 

                         –  

 

 

                         –  

 

 

                         –  

 

 

                         –  

 

 

                         –  

Total Travel, Transportation &
Per Diem

 

 

 

                         –  

OTHER DIRECT COSTS

 

 

 

 

Description

 

Rate

Units

(Basis)

Total

 

 

 

 

  

 

 

                         –  

 

 

                         –  

 

 

                         –  

 

 

                         –  

 

 

                         –  

Total Other Direct Costs

 

 

 

                         –  

Fee

 

 

 

 

 

 

                         –  

Total Fee

 

 

 

                         –  

TOTAL COSTS

 

 

 

 $                        –

 

 

 

 

 

Appendix (A)

Certifications

 

 

  1. CERTIFICATION
    REGARDING RESPONSIBILITY MATTERS.

 

FAR Reference 52.209-5.

 

As prescribed in 9.104-7(a), insert the
following provision:

 

Certification
Regarding Responsibility Matters (APR 2010)

 

(a)  
(1)  The
Offeror certifies, to the best of its knowledge and belief, that –

 

(i)   
The Offeror and/or any of its Principals –

 

(A) 
Are not presently debarred, suspended, proposed
for debarment, or declared ineligible for the award of  contracts by any Federal agency;

 

(B) 
Have not within a three-year period preceding
this offer, been convicted of or had a civil judgment rendered against them
for: commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, state, or local)
contract or subcontract; violation of Federal or state antitrust statutes
relating to the submission of offers; or commission of embezzlement, theft,
forgery, bribery, falsification or destruction of records, making false statements,
tax evasion, violating
Federal criminal tax laws, or receiving stolen property; and

 

(C) 
Are not presently indicted for, or otherwise
criminally or civilly charged by a governmental entity with, commission of any
of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision.

 

(D) 
Have not within a three-year period preceding
this offer, been notified of any delinquent Federal taxes in an amount that
exceeds $3,000 for which the liability remains unsatisfied.

 

(1)  
Federal taxes are considered delinquent if both
of the following criteria apply:

 

(i)   
The tax liability is finally determined. The
liability is finally determined if it has been assessed. A liability is not
finally determined if there is a pending administrative or judicial challenge.
In the case of a judicial challenge to the liability, the liability is not
finally determined until all judicial appeal rights have been exhausted.

 

(ii)  
The taxpayer is delinquent in making payment. A taxpayer
is delinquent if the taxpayer has failed to pay the tax liability when full
payment was due and required. A taxpayer is not delinquent in cases where
enforced collection action is precluded.

 

(2)  
Examples.

 

(i)   
The taxpayer has received a statutory notice of
deficiency, under I.R.C. § 6212, which entitles the taxpayer to seek Tax Court
review of a proposed tax deficiency. This is not a delinquent tax because it is
not a final tax liability. Should the taxpayer seek Tax Court review, this will
not be a final tax liability until the taxpayer has exercised all judicial
appeal rights.

 

(ii)  
The IRS has filed a notice of Federal tax lien
with respect to an assessed tax liability, and the taxpayer has been issued a
notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the
IRS Office of Appeals contesting the lien filing, and to further appeal to the
Tax Court if the IRS determines to sustain the lien filing. In the course of
the hearing, the taxpayer is entitled to contest the underlying tax liability
because the taxpayer has had no prior opportunity to contest the liability.
This is not a delinquent tax because it is not a final tax liability. Should
the taxpayer seek tax court review, this will not be a final tax liability
until the taxpayer has exercised all judicial appeal rights.

 

(iii)  The taxpayer
has entered into an installment agreement pursuant to I.R.C. § 6159. The
taxpayer is making timely payments and is in full compliance with the agreement
terms. The taxpayer is not delinquent because the taxpayer is not currently
required to make full payment.

 

(iv)  The taxpayer
has filed for bankruptcy protection. The taxpayer is not delinquent because
enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).

 

(ii)  
The Offeror has not, within a three-year period
preceding this offer, had one or more contracts terminated for default by any
Federal agency.

 

(2)  
“Principals,” for the purposes of
this certification, means officers; directors; owners; partners; and, persons
having primary management or supervisory responsibilities within a business
entity (e.g., general manager; plant manager; head of a subsidiary, division,
or business segment, and similar positions).

 

This Certification Concerns a Matter Within the
Jurisdiction of an Agency of the United States and the Making of a False,
Fictitious, or Fraudulent Certification May Render the Maker Subject to
Prosecution Under Section 1001, Title 18, United States Code.

 

(b)  
The Offeror shall provide immediate written
notice to the Contracting Officer if, at any time prior to contract award, the
Contractor learns that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances.

 

(c)  
A certification that any of the items in
paragraph (a) of this provision exists will not necessarily result in
withholding of an award under this solicitation. However, the certification
will be considered in connection with determination of the Offeror’s:
responsibility. Failure of the Offeror to furnish a certification or provide
such additional information as requested by the Contracting Officer may render
the Contractor non responsible.

 

(d)  
Nothing contained in the foregoing shall be
construed to require establishment of a system of records in order to render,
in good faith, the certification required by paragraph (a) of this provision.
The knowledge and information of an Offeror is not required to exceed that
which is normally possessed by a prudent person in the ordinary course of
business dealings.

 

(e)  
The certification in paragraph (a) of this
provision is a material representation of fact upon which reliance was placed
when making award. If it is later determined that the Offeror knowingly
rendered an erroneous certification, in addition to other remedies available to
the Government, the Contracting Officer may terminate the contract resulting
from this solicitation for default.

 

 

  1. KEY INDIVIDUAL CERTIFICATION NARCOTICS
    OFFENSES AND DRUG TRAFFICKING

 

22 CFR Part 140, Prohibition on
Assistance to Drug Traffickers.

 

Note:
This certification shall be filled by any key person proposed in the project.

 

I hereby certify that within the
last ten years:

 

1.    
I have not been convicted of a
violation of, or a conspiracy to violate, any law or regulation of the United
States or any other country concerning narcotic or psychotropic drugs or other
controlled substances.

 

2.    
I am not and have not been an
illicit trafficker in any such drug or controlled substance.

 

3.    
I am not and have not been a
knowing assistor, abettor, conspirator, or colluder with others in the illicit
trafficking in any such drug or substance.

 

NOTICE:

 

1.    
You are required to sign this Certification
under the provisions of 22 CFR Part 140, Prohibition on Assistance to Drug
Traffickers. These regulations were issued by the Department of State and
require that certain key individuals of organizations must sign this
Certification.

 

2.    
If you make a false Certification you are
subject to U.S. criminal prosecution under 18 U.S.C. 1001.

 

3.    
A false certification from a key person
involved in the project, shall result in the termination of his/her contract
with the operator.

 

 

  1. CERTIFICATION REGARDING TERRORIST FINANCING

 

Implementation of Executive Order 13224

 

Certification Regarding
Terrorist Financing, Implementing Executive Order 13224

 

(a)   The Recipient, to the best of its current knowledge, did not provide, within
the previous ten years, and will take all reasonable steps to ensure that it
does not and will not knowingly provide, material support or resources to any
individual or entity that commits, attempts to commit, advocates, facilitates,
or participates in terrorist acts, or has committed, attempted to commit,
facilitated, or participated in terrorist acts, as that term is defined in
paragraph (c).

 

(b)   The following steps may enable the Recipient to comply with its
obligations under paragraph (a)

 

(1)   Before providing any material support or resources to an individual or
entity, the Recipient will verify that the individual or entity does not (i)
appear on the master list of Specially Designated Nationals and Blocked
Persons, which list is maintained by the U.S. Treasury’s Office of Foreign
Assets Control (OFAC) and is available online at OFAC’s website: http://www.treas.gov/offices/eotffc/ofac/sdn/t11sdn.pdf, or (ii) is not included in any supplementary information concerning
prohibited individuals or entities that may be provided by USAID to the
Recipient.

 

(2)   Before providing any material support or resources to an individual or
entity, the Recipient also will verify that the individual or entity has not
been designated by the United Nations Security (UNSC) sanctions committee
established under UNSC Resolution 1267 (1999) (the “1267 Committee”)
[individuals and entities linked to the Taliban, Usama bin Laden, or the Al
Qaida Organization]. To determine whether there has been a published
designation of an individual or entity by the 1267 Committee, the Recipient
should refer to the consolidated list available online at the Committee’s
website: http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm.

 

(3)   Before providing any material support or resources to an individual or
entity, the Recipient will consider all information about that individual or
entity of which it is aware and all public information that is reasonably
available to it or of which it should be aware.

 

(4)   The Recipient also will implement reasonable monitoring and oversight
procedures to safeguard against assistance being diverted to support terrorist
activity.

 

(c)   For purposes of this Certification-

 

(1)  
“Material support and
resources” means currency or monetary instruments or financial securities,
financial services, lodging, training, expert advice or assistance, safehouses,
false documentation or identification, communications equipment, facilities,
weapons, lethal substances, explosives, personnel, transportation, and other
physical assets, except medicine or religious materials.”

 

(2)  
“Terrorist act” means-

 

(i)   
an act prohibited
pursuant to one of the 12 United Nations Conventions and Protocols related to
terrorism (see UN terrorism conventions Internet site: http://untreaty.un.org/English/Terrorism.asp); or

 

(ii)  
an act of premeditated,
politically motivated violence perpetrated against noncombatant targets by
subnational groups or clandestine agents; or

 

(iii) 

any other act intended to
cause death or serious bodily injury to a civilian, or to any other person not
taking an active part in hostilities in a situation of armed conflict, when the
purpose of such act, by its nature or context, is to intimidate a population,
or to compel a government or an international organization to do or to abstain
from doing any act.

 

(3)   “Entity” means a partnership, association, corporation, or other
organization, group or subgroup.

 

(4)   References in this Certification to the provision of material support and
resources shall not be deemed to include the furnishing of USAID funds or
USAID-financed commodities to the ultimate beneficiaries of USAID assistance,
such as recipients of food, medical care, micro-enterprise loans, shelter,
etc., unless the Recipient has reason to believe that one or more of these
beneficiaries commits, attempts to commit, advocates, facilitates, or
participates in terrorist acts, or has committed, attempted to commit,
facilitated or participated in terrorist acts.

 

(5)   The Recipient’s obligations under paragraph (a) are not applicable to the
procurement of goods and/or services by the Recipient that are acquired in the
ordinary course of business through contract or purchase, e.g., utilities,
rents, office supplies, gasoline, etc., unless the Recipient has reason to
believe that a vendor or supplier of such goods and services commits, attempts
to commit, advocates, facilitates, or participates in terrorist acts, or has
committed, attempted to commit, facilitated or participated in terrorist acts.

 

This certification is an
express term and condition of the agreement and any violation of it shall be
grounds for unilateral termination of the agreement by USAID prior to the end
of its term.”

 

 

  1. ANTI-KICKBACK
    PROCEDURES

 

FAR Reference 52.203-7.

 

As
prescribed in 3.502-3, insert the following clause:

 

Anti-Kickback Procedures (OCT 2010)

 

(a)      
Definitions.

 

“Kickback,”
as used in this clause, means any money, fee, commission, credit, gift,
gratuity, thing of      value, or
compensation of any kind which is provided, directly or indirectly, to any
prime Contractor,      prime Contractor
employee, subcontractor, or subcontractor employee for the purpose of
improperly       obtaining or rewarding
favorable treatment in connection with a prime contract or in connection with a
subcontract relating to a prime contract.

 

“Person,”
as used in this clause, means a corporation, partnership, business association
of any kind, trust, joint-stock company, or individual.

 

“Prime
contract,” as used in this clause, means a contract or contractual action
entered into by the United States for the purpose of obtaining supplies,
materials, equipment, or services of any kind.

 

“Prime
Contractor” as used in this clause, means a person who has entered into a
prime contract with the United States.

 

“Prime
Contractor employee,” as used in this clause, means any officer, partner,
employee, or agent of a prime Contractor.

 

“Subcontract,”
as used in this clause, means a contract or contractual action entered into by
a prime Contractor or subcontractor for the purpose of obtaining supplies,
materials, equipment, or services of any kind under a prime contract.

 

“Subcontractor,”
as used in this clause,

 

(1)  
means any person, other than the prime
Contractor, who offers to furnish or furnishes any supplies, materials,
equipment, or services of any kind under a prime contract or a subcontract
entered into in connection with such prime contract, and

 

(2)  
includes any person who offers to furnish or
furnishes general supplies to the prime Contractor or a higher tier
subcontractor.

 

“Subcontractor
employee,” as used in this clause, means any officer, partner, employee,
or agent of      a subcontractor.

 

(b)     
The Anti-Kickback Act of 1986 (41 U.S.C.51-58)
(the Act), prohibits any person from-

 

(1)  
Providing or attempting to provide or offering
to provide any kickback;

 

(2)  
Soliciting, accepting, or attempting to accept
any kickback; or

 

(3)  
Including, directly or indirectly, the amount
of any kickback in the contract price charged by a prime Contractor to the
United States or in the contract price charged by a subcontractor to a prime
Contractor or higher tier subcontractor.

 

(c)        

 

(1)  
The Contractor shall have in place and follow
reasonable procedures designed to prevent and  
detect possible violations described in paragraph (b) of this clause in
its own operations and direct business relationships.

 

(2)  
When the Contractor has reasonable grounds to
believe that a violation described in paragraph (b) of this clause may have
occurred, the Contractor shall promptly report in writing the possible
violation. Such reports shall be made to the inspector general of the
contracting agency, the head of the contracting agency if the agency does not
have an inspector general, or the Department of Justice.

 

(3)  
The Contractor shall cooperate fully with any
Federal agency investigating a possible violation described in paragraph (b) of
this clause.

 

(4)  
The Contracting Officer may

 

(i)           
offset the amount of the kickback against any
monies owed by the United States under the prime contract and/or

 

(ii)          
direct that the Prime Contractor withhold from
sums owed a subcontractor under the prime contract the amount of the kickback.
The Contracting Officer may order that monies withheld under subdivision
(c)(4)(ii) of this clause be paid over to the Government unless the Government
has already offset those monies under subdivision (c)(4)(i) of this clause. In
either case, the Prime Contractor shall notify the Contracting Officer when the
monies are withheld.

   

(5)  
The Contractor agrees to incorporate the
substance of this clause, including subparagraph (c)(5) but excepting
subparagraph (c)(1), in all subcontracts under this contract which exceed
$150,000.

 

 

5.    CERTIFICATION
AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS.

 

FAR Reference
52.203-11.

 

As prescribed in 3.808(a), insert the following
provision:

 

Certification and Disclosure
Regarding Payments to Influence Certain Federal Transactions

(SEPT 2007)

 

(a)  
Definitions. As used in this
provision—“Lobbying contact” has the meaning provided at 2 U.S.C. 1602(8). The
terms “agency,” “influencing or attempting to influence,” “officer or employee
of an agency,” “person,” “reasonable compensation,” and “regularly employed”
are defined in the FAR clause entitled “Limitation on Payments to Influence
Certain Federal Transactions” (52.203-12).

 

(b)  
Prohibition. The prohibition and exceptions
contained in the FAR clause of this solicitation entitled “Limitation on
Payments to Influence Certain Federal Transactions” (52.203-12) are hereby
incorporated by reference in this provision.

 

(c)  
Certification. The offeror, by signing its
offer, hereby certifies to the best of its knowledge and belief that no Federal
appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of
Congress on its behalf in connection with the awarding of this contract

 

(d)  
Disclosure. If any registrants under the
Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the
offeror with respect to this contract, the offeror shall complete and submit,
with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to
provide the name of the registrants. The offeror need not report regularly
employed officers or employees of the offeror to whom payments of reasonable
compensation were made.

 

(e)  
Penalty. Submission of this certification and
disclosure is a prerequisite for making or entering into this contract imposed
by 31 U.S.C. 1352.Any person who makes an expenditure prohibited under this
provision or who fails to file or amend the disclosure required to be filed or
amended by this provision, shall be subject to a civil penalty of not less than
$10,000, and not more than $100,000, for each such failure.

 

SIGNATURE

 

By signature
hereon, or on an offer incorporating these Representations, Certifications, and
Other Statements of Offerors, the Contractor certifies that they are accurate,
current, and complete, and that the Contractor is aware of the penalty
prescribed in 18 U.S.C. 1001 for making false statements in offers.

 

By signing below the subcontractor provides
certifications for:

 

  1. Certification
    Regarding Responsibility Matters – APR 2010. (FAR Reference 52.209-5),
  2. Prohibition on Assistance to Drug Traffickers. (22 CFR Part
    140),
  3. Certification
    Regarding Terrorist Financing. (Implementation of Executive Order 13224),
  4. Anti-Kickback
    Procedures – OCT 2010. (FAR Reference 52.203-7), and,
  5. Certification
    and Disclosure Regarding Payments to influence Certain Federal
    Transactions – SEP 2007 (FAR Reference 52.203-11).

 

 

Subcontract
#: _____________________________________________________________________ 

 

Subcontractor
Name: _________________________________________________________________

 

Project
Title: ________________________________________________________________________

 

Name
and Title: __________________________________________________

 

Signature:
____________________________ Date: ______________________

 

 

 

 

This page must be signed by Offeror and returned with the
quotation.

 

 

 

 

 

 

 

 

 

 

Appendix D:

 

Proposal Format

 

 

The
Offeror shall submit its best price offer/proposal in accordance with the Scope
of Work (SOW) and shall contain the following:

 

1.         Proposal
Cover Letter
signed by a person authorized to sign on behalf of the
Offeror;

2.         Technical
Approach/Proposal
for completing the deliverables in the SOW;

3.         Summary
of Relevant Experience.
  Offerors
should list current and previous relevant projects;

4.         Corporate
Capabilities;

5.         Performance
References for similar work;

6.         Budget.  Offerors must use budget template in
Attachment B

7.         Budget
narrative. 
Offerors must explain the
rationale behind the numbers.

 

 

Technical and Financial Proposal
Requirements:
  

 

It is requested that Offerors
organize their Technical and Financial. Proposals as noted below.  This request is made to facilitate Tetra Tech
ARD’s review of the submitted material thus enabling a rapid decision and
contracting process.

 

Technical Proposal Requirements:

 

The technical
proposal must be written in English.   There should be a maximum of 10 type-written
pages, excluding appendixes/supporting documents, with no more than 3 pages
covering Company Information and Relevant Past Performance.   (Desired Format – Type: Times New Roman,
Font Size 11, Margins: 1” all around)

 

The technical proposal shall address the subjects outlined below:

 

A.   Firm Information

 

·        
Provide the name, address and license of your firm.

·        
Provide the contact information for your primary contact for this

project.

·        
If you are partnering with other firms or institutions, provide the
above information for each partner and the percentage of the work that they
will be performing.

·        
Please describe your firm’s management structure, list all owners.

·        
Identify the Key Personnel that would be working on this project
assuming an award.  Please include a
brief statement about the capabilities and experience. CVs should be used.  

 

B. Past Performance

 

Please
outline the experience your firm has had in performing work similar to that
described in Appendix AFor each
project, please include the name of the client and his or her contact
information (current and most recent information required, within the last year
).  It is Tetra Tech ARD’s intention to contact
some of these clients for testimonials regarding your firm’s performance in
these areas:

 

·  
The quality of the work performed by the Offeror,

·  
The timeliness of the effort performed by the Offeror, and

·  
Whether the Client would use Offeror’s services should they have
similar needs in the future?

 

C.    
Technical
Approach

 

Please submit a detailed technical
write-up of the proposed implementation strategy and management for this
specific project.  Offerors must
include a Gantt Chart Schedule.

 

 

Financial Proposal Requirements

 

The
Offeror’s proposed Financial proposal must represent its best effort in
response to the solicitation. 

 

It
should be noted that a narrative describing the basis on which the costs were
derived as well as an explanation for whom, why, where, when, etc. and

supporting information must be provided in sufficient detail to allow a complete
analysis of the Offeror’s cost/price.

 

The
Offeror must use the budget template in Attachment B.

 

                 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Appendix (D)

Proposal Evaluation Criteria

 

Technical Evaluation Criteria:

Maximum
Points

Offeror’s Response to
RFP ‘s Technical Proposal Requirements:

 

Part A  – Firm
Information     (Maximum 10 Points)

 

a.       Did the offer
provide all of the requested information?

2

b.      Does the Offeror have a current
business license to operate in Indonesia?          

3

            c.     
Are the skills and experience of the proposed Key Personnel applicable
to the work  to be performed under the
Statement of Work?

5

Part B – Past
Performance    (Maximum 10  Points)

 

a.      Relevant Corporate Background
and Capabilities

5

b.      Does the Offeror have relevant
experience doing this type and has he provided past project and client
information?          

5

Part C – Proposed
Technical Approach to Complete the Work 
(Maximum 40 Points

 

 

    a.    
Reasonableness of  Offerors
approach to complete  SOW in its
entirety

 

10

 

    b.    
Reasonableness of  Offerors
approach to support the SEA Project objectives

8

    c.    
Reasonableness of  Offerors
approach to complete work in a timely manner

 

8

    d.  
Reasonableness of offerors approach to contribute to SEA project
indicators on technology and innovation or other indicators

6

       e.    
Reasonableness of Offerors approach to build sustainable fisheries

4

      f.    
Reasonableness of the Offeror’s approach to enhance local food
security/income

4

Technical Evaluation
Scoring  – Possible Total Score 70

70

Financial Evaluation Criteria:

Maximum
Points

Cost Effectiveness(30
points)

 

    
1.      Comparison with Internal
Estimate:

6

    
2.      Comparison to Other Bidders
Proposals (lowest price ranked maximum points, and then rated on a percentage
basis downward)

14

    
3.      Cost realism: feasibility,
reasonableness, completeness and allocability?

6

    4.      
Does the Offeror have the Financial Capacity to accomplish this project based
on his completion of similar valued projects?

4

TOTAL FINANCIAL SCORES
– Possible Total Score   30

30

Possible Total Score –
100

100

Scope of Work for RFP: Fisheries
Data for Sustainable Management in FMA 715, Indonesia, SEA Project

 

Background

The USAID Indonesia
Sustainable Ecosystems Advanced (SEA) project, under contractors Tetratech, is
a five year project that aims to support the Government of Indonesia to
conserve biological diversity and improve governance of marine resources at
local, provincial and national levels. By using an Ecosystem Based Fisheries
Management approach and engaging key stakeholders, SEA aims to:

 

1) Enhance the conservation
and sustainable use of marine resources by reforming fisheries management and
promoting marine protected areas to enhance fisheries productivity, food and
nutrition security and sustainable livelihoods within the target area,

 

2) Strengthen the leadership
role and capacity of the Ministry of Marine Affairs and Fisheries (MMAF) and
local governments to promote conservation and sustainable fishing.

The project was initiated in
March 2016 and will run for 5 years until March 2021.

This concept note outlines the
potential areas of overlap between the ongoing programs of MDPI and the scope
of work of the SEA project, therefore identifying areas in which MDPI, in the
role of a partner/sub-contractor, could contribute to the achievement of
objectives through engagement in activities which meet the SEA Theory of Change
and match the strategic approach of the project.

 

This concept note outlines
potential activities for the period January 2017 for 4 years and with the same
geographic focus as the SEA project, namely Fisheries Management Area 715, and
incorporating the two provinces that border this FMA (Maluku and North Maluku).

This notice provides the
option to submit a proposal and bid for the said terms of reference provided
below within 21 days of posting.  The
terms of reference follow.

 

Project summary

1.      Overall objective

Generally, the objective is to
support the SEA Projects primary objectives:

1)  
enhance the
conservation and sustainable use of marine resources by reforming fisheries
management and promoting marine protected areas to enhance fisheries
productivity, food and nutrition security and sustainable livelihoods within
the target area,

2)  
strengthen the
leadership role and capacity of the Ministry of Marine Affairs and Fisheries
(MMAF) and local governments to promote conservation and sustainable fishing

 

Specific objectives related to
this terms of reference on fisheries data collection and analysis that focus on
fisheries sustainability and improving fishing community livelihoods while
incorporating priorities of SEA and of MMAF include:

 

a.      
Contribute to the
development of coalitions and collaborative approaches that increase
understanding of sustainability at the provincial level in Maluku and North
Maluku;

b.     
Support data
improvement at the provincial and district levels using the I-Fish system and
working towards integrating this to the government’s `Satu Data`, ‘One Data’ policy;

c.      
Engage industry
partners in supply chain improvements for sustainable fisheries development;

d.     
Use tools such as
Fisheries Improvement Projects, Fair Trade (FT) and Marine Stewardship Council
(MSC) certifications to generate reforms in marine stewardship;

e.      
Implement
technology innovations assessing the spatial extent and intensity of
small-scale tuna fisheries and to identify new and expand existing technology
innovations that support data creation within the supply chain related to
traceability;

f.       
Support ongoing
national level initiatives that feed into strengthening fisheries management,
such as Harvest Strategy (HS) and Harvest Control Rule (HCR) development for
archipelagic waters.

 

2.      Expected outcomes
and associated indicators

                   
i.           
Increased
awareness amongst fishery stakeholders within a project area and strengthened
commitment towards improving sustainability;

                 
ii.           
Improved capacity
for MMAF to conduct fisheries stock assessments and meet regional and
international requirements for data reporting; data integration policy for
industry/NGO/ contributed data to MMAF, and strengthen ‘external’ data entering
governments ‘One Data System’. This entails supporting creation of Metadata and
development of a dashboard and verification system for external data that
builds on I-Fish data platform.

               
iii.           
Increased
knowledge on, and participation in, market-based initiatives (i.e. MSC and Fair
Trade) in project areas, leading to fisheries certifications and improved
market access for supply chains.

               
iv.           
A suite of tested
technologies supporting data creation for fisheries management needs, supply
chain needs and traceability needs. These technologies will be available to the
stakeholders in the wider project area.

                 
v.           
Improved fisheries
management, including a Harvest Strategy for tuna for Indonesian Archipelagic
Waters.

               
vi.           
Harvest Strategy
developed and implemented by the end of 2018;

             
vii.           
Increased number
of small scale vessels complying with national and provincial regulation on
licensing and registration.

           
viii.           
Improved
information on the spatial extent and intensity of small-scale fisheries
activities.

 

3.      Key target
beneficiary population

–      
Maluku and North
Maluku provinces

–      
Small-scale
hand-line and pole and line tuna supply chains, (potentially some connected
bait fisheries) or other small scale fisheries

–      
Provincial level
stakeholders (government, industry, academia, NGOs)

–      
Small-scale tuna
fishing communities and fishermen

 

4.      Indicative budget
and other documentation

The proposal should include an
approximate budget including co-funding or leverage funds.  The allowable budget for this project is in
the range of IDR 10-20 billion with a timeline of up to 4 years.  The proposal should include documentation of
past work, evidence of legal presence in Indonesia, and other references as
appropriate.  The proposal should be no
more than 10 pages long and be submitted in English.

 

 

0409096
Visit Today : 567
This Month : 53290
Hits Today : 895
Total Hits : 1383625
Who's Online : 9
Visit Us On FacebookVisit Us On TwitterVisit Us On YoutubeVisit Us On Instagram