Request for Proposal (RFP) At Helen Keller International

Request for Proposal (RFP) At Helen Keller International


Request for Proposal (RFP)

PF No. and Title: (2024/06/262) Nutrition Ambassador US. Marketing Campaign}
RFP Issue Date: 29/06/2024
RFP Questions to be Submitted By: 3 / 0 7 / 2 0 2 4
Proposal Submission Deadline:   0 7 / 0 7 / 2 0 2 4
Estimated Award Date: 30/07/2024

Contracting Entity: Helen Keller International (Helen Keller Intl)
Place of Performance: United States (Washington DC, New York
City, Atalanta/Houston)

Contents of this Document

SECTION 1: Introduction, Eligibility of Bidders, and Definitions………………………………………………….. 1

SECTION 2: Scope of Work………………………………………………………………………………………………… 2

SECTION 3: Proposal Instructions………………………………………………………………………………………… 7

SECTION 4: Evaluation Criteria and Basis for Award………………………………………………………………… 9

SECTION 5: Source of Funding and Authorized Geographic Code…………………………………………….. 10

SECTION 6: Proposal Validity, Submission Deadline and Instructions………………………………………… 11

SECTION 7: Negotiations………………………………………………………………………………………………….. 11

SECTION 8: Terms of the Solicitation………………………………………………………………………………….. 11

ANNEX A: Conflict of Interest Disclosure……………………………………………………………………………… 13

ANNEX D: USAID Contract Provisions………………………………………………………………………………… 20

Bidders/consultants are encouraged to read this RFP and all attachments, paying attention to the instructions and requirements. Issuance of this RFP does not in any way oblige Helen Keller International to award a contract, nor does it commit Helen Keller International to pay for costs incurred in the preparation and submission of a proposal. All recipients of this RFP shall treat all information and details included herein as private and confidential.

SECTION 1: Introduction, Eligibility of Bidders, and Definitions

Introduction

Guided by the remarkable legacy of its co-founder, Helen Keller, Helen Keller Intl partners with communities that are striving to overcome longstanding cycles of poverty. By delivering the essential building blocks of good health, sound nutrition and clear vision, the organization helps millions of people create lasting change in their own lives. Working in 20 countries – across Africa, Asia, Europe, and the United States – and together with a global community of supporters, Helen Keller Intl helps to ensure every person has the opportunity – as Helen did – to reach their true potential. 

Helen Keller Intl’s Nigeria country office has received generous support from USAID to launch “Advancing Nutrition,” a comprehensive maternal and child nutrition campaign and is working closely with celebrity influencer Chioma Chukwuka, renowned Nigeria actress to build awareness about this critical work in Nigeria. With this celebrity endorsement, this campaign aims to raise awareness and promote positive behavior change regarding maternal nutrition, breastfeeding, complementary feeding, prompt care-seeking, micronutrient supplementation, and basic hygiene practices. The Nutrition Goodwill Ambassador engagement includes Nigerian-based events, media outreach, social media engagement, managed by a Nigeria-based marketing firm. 

Helen Keller Intl invites all eligible consultants/Bidders to submit proposals to assist Helen Keller Intl, USAID/Nigeria, it’s Nigeria-based marketing firm with a select number of US-based events with the  Nutrition Goodwill Ambassador, primarily in Washington, DC and the United Nations General Assembly in New York, NY.

The purpose of this Request for Proposals (RFP) is to select a consultant/vendor that will provide best value to Helen Keller Intl, when both technical and cost factors are combined.

Eligibility of Bidders

This RFP is open to non-governmental entities and individual consultants capable of implementing the scope of work, with a solid record of integrity and business ethics, and that meet the eligibility requirements stated in this Section.

Bidders and consultants that submit proposals in response to this RFP must meet the following requirements:

  1. Be a non-government entity (for-profit and non-profit companies, non-governmental organizations (NGOs), etc.) legally registered in the U.S., or be an individual consultant with the legal right to work in the United States of America.
  2. Consultants must be based in the United States of America and the work must be performed within the United States.
  3. Have demonstrated capacity and expertise to successfully implement the Scope of Work.
  4. Have completed the required representations and certifications incorporated in this RFP.
  5. Be willing to comply with relevant donor rules and regulations and Helen Keller Intl requirements 

Bidders, consultants, and proposed products must be of Source and Nationality designated in the authorized Geographic Code, as described in Section 5 “Source of Funding and Authorized Geographic Code.”  a. Nationality: Refers to the place of legal organization, ownership, citizenship, or lawful permanent residence (or equivalent immigration status to live and work on a continuing basis) of suppliers of commodities and services, including individual consultants. 

b. Source: Means the country from which a commodity is shipped to the cooperating/recipient country or the cooperating/recipient country itself if the commodity is located therein at the time of the purchase, irrespective of the place of manufacture or production, unless it is a prohibited source country. Where, however, a commodity is shipped from a free port or bonded warehouse in the form in which received therein, “source” means the country from which the commodity was shipped to the free port or bonded warehouse

Note: Helen Keller Intl will not award a contract to any firm that is debarred, suspended, or proposed for debarment by the U.S. Government, or who proposes to do business with firms or firms’ principals who are debarred, suspended, or proposed for debarment, in the performance of the requirement of this activity.

SECTION 2: Scope of Work

Helen Keller Intl will evaluate all proposals received in response to this RFP in accordance with the evaluation criteria described in this document.

This RFP contains the following Annexes:

Annex A: Conflict of Interest Disclosure
Annex B: Format of CV to be used for consultant.
Annex C: Financial Offer template (separate Excel spreadsheet)
Annex D: USAID Contract Provisions

Program Background

The U.S. Agency for International Development (USAID), in collaboration with Helen Keller Intl, has engaged a famous Nigerian actress (the Talent), as a Goodwill Ambassador to promote USAID’s Nigeria Nutrition activity implemented by Helen Keller Intl. This ambassadorship will upscale visibility for USAID/Nigeria and Helen Keller by leveraging the Talent’s celebrity status and social media presence to bring more awareness to maternal health and child nutrition in Nigeria and internationally and promote key healthy behaviors and a range of core messages.

We are inviting proposals from qualified U.S based organizations and Consultants to support USAID’s Nutrition activity implemented by Helen Keller during select US-based events for the Talent. The consultant will be responsible for coordinating with Helen Keller Nigeria and its Marketing firm to gather and develop content as part of the larger campaign strategy; plan travel logistics, prepare and accompany Talent to events, and support live social media content. .

Scope of Work, Key Objectives, Activities and Qualifications

  1. Objective/Scope: The selected firm or consultant will collaborate with a Marketing firm (Innicross), whose main base is in Nigeria, to capture high-quality video footage of events; create engaging and shareable social media content; produce polished video highlights and ensure timely delivery of all video content during a limited campaign within the United States over a period time.
  • Target Audience Overview: The primary audience comprises USAID and other government bodies like the United Nations and World Bank.

Demographics

– Location: Washington DC, New York, Atalanta/Houston but will also be broadcasted in Nigeria – Language: English

Scope of Services

Pre-Event Planning-

  • Collaborate with our team to understand the event schedule, key moments, and desired outcomes.
  • Propose and secure the schedule of events and meetings for planned visits to the United States of America.
  • Coordinate with USAID/Nigeria, USAID HQ, and Helen Keller International to schedule deliverables like meetings and interviews
Develop a detailed shot list and storyboard for each event. 
Scout locations (if necessary) to plan for optimal filming conditions.

Event Videography-

  • Provide professional videography services during events.
  • Capture a range of footage including ambient shots of the Talent with target audience, dignitaries, and other participants.
  • Ensure high-quality audio capture of speeches and presentations.
  • Utilize professional-grade equipment including cameras, lighting, and microphones.
Capture high-quality photos, videos, and other content during events for post-event promotion.
Coordinate with the current Nigeria Marketing Agency on content/themes if needed. 

Post-Event Production-

  • Edit raw footage to create polished video highlights of each event.
  • Incorporate graphics, titles, and background music as needed.
  • Create short-form content for social media platforms such as Instagram, Twitter, Facebook, and LinkedIn.
  • Ensure all content aligns with our brand guidelines and messaging.

Content Delivery:

  • Provide edited videos in multiple formats suitable for social media, websites, and other platforms.
  • Deliver all final content within the agreed-upon timeline.
  • Offer revisions based on feedback from our team.

Deliverable Schedule

  • Pre-Event Planning: 2-3 weeks before each event.
  • Event Videography: On the dates of the events.
  • Post-Event Production: 2-3 weeks following each event.
  • Final Delivery: No later than 3 weeks after each event.

Additional Services (if applicable):

  • Live streaming of events.
  • Creation of promotional trailers before the events. Post event interviews with key participants.

Qualifications:

  • Proven experience in event videography and social media content creation.
  • Strong portfolio showcasing relevant work.
  • Proficiency in video editing software (e.g., Adobe Premiere, Final Cut Pro).
  • Ability to work under tight deadlines and manage multiple projects simultaneously.
  • Excellent communication skills and ability to collaborate with a diverse team.

Proposal Submission Requirements

  • Company/Consultant profile and experience.
  • Examples of past work, particularly event videography and social media content.
  • Detailed pricing structure, including day rates and any additional costs.
  • Proposed timeline for project completion.
  • References from previous clients.

Evaluation Criteria

  • Quality and creativity of past work.
  • Relevant experience and qualifications.
  • Cost-effectiveness of the proposal.

Campaign Timeline:

  • Contract Awarded by Helen Keller Intl to US Based Marketing Firm or Consultant: Early July 2024.
  • Videography and photography for USAID HQ event: Mid-August 2024
  • Videography and photography for meet and greet with Nigeria High Commission: Mid-August 2024
  • Videography and photography for Voice of America interview: Mid-August 2024
  • Videography and photography for meet and greet with Nigerians in Diaspora (Atalanta/Houston): Mid-August 2024
  • Video graphy and photography for United Nations General Assembly, side events: September 2024
  • Video graphy and photography for World Bank Annual Meeting: October 2024 (Tentative) •          Contribute to social media campaign: Early-July to September 2024
  • Communication:
    • Regular communication channels will be maintained with Helen Keller Intl to facilitate updates, feedback, and adjustments throughout the campaign.
  • Approval:
    • All campaign elements and materials will be subject to approval by Helen Keller Intl/ USAID Nigeria before implementation.
    • Helen Keller Intl will provide supervisory oversight, ensuring the agency aligns with the campaign’s objectives and maintains ethical standards.

Deliverables

Event Strategy and Logistics Plan:

  • Detailed schedule of events and meetings.
    • Coordination notes with USAID/Nigeria, USAID HQ, and Helen Keller International.

Shot List and Storyboard:

  • Detailed shot list and storyboard for each event.

Captured Event Content:

  • High-quality raw footage and photos from each event.
    • Comprehensive coverage of key moments, speeches, and interactions.

Edited Video Highlights:

  • Polished highlight video (3-5 minutes) for each event.
    • Incorporation of graphics, titles, and background music.

Social Media Clips:

  • Minimum of 10 short-form videos (15-60 seconds each) per event, optimized for platforms like Instagram, Twitter, Facebook, LinkedIn, and YouTube, .

Multi-Format Video Files:

  • Edited videos delivered in high-resolution digital formats suitable for various platforms (e.g., MP4, MOV).

Revised Content:

  • Revisions of videos based on team feedback.

Promotional Trailers and Interviews:

  • Promotional trailers created before events.
    • Edited post-event interviews with key participants.

Live Streaming (if applicable):

  • Live streaming setup and execution for events.
    • Technical support and post-event access to recorded streams.

Anticipated Contracting Period and Award Mechanism

The anticipated period of the resulting vendor professional services contract is expected to be 3 months beginning on or about July 15th, 2024. Bidders/consultants must clearly identify “start-up” support costs, if any, required to commence services.

Helen Keller Intl intends to award a Time & Material type Professional Services Contract to the winning offer. No profit, fees, taxes, or additional costs can be added after award. This RFP is subject to all the terms and conditions of the resulting contract. Any resultant award will be governed by these terms and conditions.

SECTION 3: Proposal Instructions

The Bidder’s proposal will consist of two separate documents:

Part 1 – Technical Offer

Part 2 – Financial Offer

The Technical Offer and the Financial Offer (altogether “proposal”) must be submitted separately. The Bidder should not include any cost data in the Technical Offer.

The proposal should be concisely presented and structured and explain the Bidder/consultant availability, experience and resources to provide the requested services.

Proposals that are incomplete or do not address these criteria may not be considered in the review process. All proposals must be submitted in English.

Both the Technical Offer and Financial Offer must be submitted with a Cover Letter which must include the following information and must be signed and stamped by an authorized representative of the Bidder organization:

i. Date of Submission of the Proposal

ii. Term of proposal validity (minimum 60 days)

iii. Name of the company/organization/Consultant

iv. Name and title of authorized representative of organization

v. Type of company/organization

vi. Address

vii. Telephone

viii. E-mail

ix. Taxpayer Identification/Registration Number

 x. Other required documents that shall be included as attachments to the cover letter:

  1. Copy of registration or incorporation in the public registry, or equivalent document from the government office where the bidder is registered.
  2. Copy of company tax registration, or equivalent document.
  3. Copy of trade license, or equivalent document.

Bidders must also submit a signed Conflict of Interest Declaration Form. This form will be assessed to establish whether the Bidder has any present or potential future conflict of interest according to the definition in Annex A. If the conclusion is reached that any conflict of interest declared by the Bidder could have a negative impact on the Bidder’s ability to perform the Service, Helen Keller Intl may decide to reject the submitted proposal. Failure to accurately complete the Conflict-of-Interest Declaration Form may also lead to the rejection of the submitted proposal.

Part 1: TECHNICAL OFFER

The Technical Offer should be in the English language, typed in Microsoft Word, single-spaced, with each page numbered consecutively. A maximum number of pages for each component of the Technical Offer is given below.

The Technical Offer should include the following:

  1. Bidder past performance record/relevant experience– 2 pages maximum

Information related to Bidder’s past performance/prior experience in conducting work in the country/region or similar in nature and volume to the services requested (brief description, deliverables, date, client etc.).

Bidders/consultants must also provide contacts for at least three (3) professional references for previous work and/or experience under similar SOWs. Contact information should include, at least: name of individual, company name, brief information on relationship to Bidder, address, email, and phone number. Helen Keller Intl reserves the right to contact all references provided. Contact information for references is not subject to the page limitation for this section.

  • Technical approach – 10 pages maximum

The technical approach must describe the proposed approach to achieving the program objectives and must address the following:

  1. Information as to whether the Bidder currently has a presence in the country/region, and the nature of this presence.
    1. A brief description of the Bidder’s understanding of the objectives and scope of work for the contract.
    1. An overview as to how the Bidder would propose to complete the requested services indicated in this RFP.
  2. Team Structure requirements – 3 pages maximum, excluding CVs
    1. Team structure: Bidders must describe the structure of the team that will deliver against the objectives and scope of work described in this RFP. Team structures must identify the project manager (or Team Leader) and other team members and the roles and responsibilities each will have over the services contract.
    1. The minimum requirements and qualifications for the Team Leader who will be leading the team are the following:
      1. Bachelor’s degree in marketing, Communications, Business Administration, or related field. A master’s degree is preferred but not required.
      1. At least 5 years of experience in marketing and communications roles, with a minimum of 2 years in a leadership or managerial position.
      1. Proven track record of successfully leading marketing and communications campaigns from conception to execution for celebrity engagement campaigns.
      1. Strong understanding of various marketing channels including digital, social media, email, and traditional advertising.
      1. Excellent communication skills, both written and verbal, can effectively convey ideas and strategies to team members and stakeholders.
      1. Demonstrated ability to collaborate with cross-functional teams and manage multiple projects simultaneously.

At a minimum, the Bidder should provide the following information:

  • A current CV for the proposed personnel in a format provided in Annex B. The CV must not exceed three pages in length and shall be in chronological order starting with the most recent experience and summarizing relevant experience and qualifications.

.

Helen Keller Intl may contact the Bidder/consultant before making a final decision. Please confirm whether this would be possible, ensuring that full contact details are also included in the resume (email, telephone number).

Part 2: FINANCIAL OFFER

This contract will be issued as a time and material type Professional Services Contract. The key personnel involved in the project will be compensated at a fixed hourly rate as outlined in the contract and the total payment shall not exceed the agreed-upon threshold. Payment will be made against deliverables as specified in the SOW. The Contractor shall submit detailed invoices, including the hours worked by each key personnel and the corresponding hourly rates. Helen Keller Intl will only issue payment via electronic payment methods and all bank accounts must be in the name of the company/organization only.

As part of the Financial Offer, Bidders must include a detailed budget, submitted in Microsoft Excel, expressed in US Dollars (USD) with an accompanying budget narrative, submitted in Microsoft Word, describing the basis for the listed cost elements. Supporting information should be provided in enough detail to allow a complete analysis and determination of each cost element’s reasonableness. Bidders are required to include and clearly label all costs deemed necessary to complete the work called for hereunder.

The Financial Offer template can be found in Annex C and must include the following:

  1. Labor Cost: The Bidder/consultant must provide information related to team structure, daily rates and Level of Effort (LoE) (measured in days) for the deliverables listed. Please state assumptions made when submitting the cost information including any additional options and stating all conditions.
  • Other Direct Costs: The Bidder should provide a breakdown estimate of other main direct costs which are considered necessary for completion of the work. Other direct costs will cover transportation costs, and per diem. Any other direct costs shall be agreed prior to with Helen Keller Intl.
  • Indirect Rates and Fixed Fee: If it is a Bidder’s regular practice to budget indirect rates, e.g. overhead, fringe, G&A, administrative, or other rate, Bidders must explain the rates and the rates’ base of application in the budget narrative. Helen Keller Intl reserves the right to request additional information to substantiate a Bidder’s fees and/or indirect rates. Proposed markup and/or fees must also be explained in the budget narrative and represented as a separate line item in the budget.

SECTION 4: Evaluation Criteria and Basis for Award

Helen Keller Intl will follow a Best Value Trade-Off selection methodology. Helen Keller Intl may award to an eligible, responsible firm whose proposal is most advantageous to the program, with price and other factors considered proposal, including but not limited to compliance with the requirements of the RFP without material deviation. Bidders may not modify non-responsive offers after the proposal deadline to make them responsive. However, Helen Keller Intl may request a Bidder/consultant to clarify its offer if no material deviation exists.

The criteria below will serve as the basis upon which proposals will be evaluated. Selection will be based principally on the technical merits of the proposals, but price and other factors will be considered, and award will be made only if the proposal is determined to be technically acceptable and cost reasonable.

Evaluation Criteria per SolicitationTotal Max Points
Past Performance/ Prior relevant experienceXX
Demonstrated experience creating high-quality and visually engaging video content, including event videography, promotional videos, and social media clips. Examples of past work should showcase technical excellence in camera work, lighting, sound quality, and post-production editing including the use of 4K resolution, and motion graphics. Experience working with high profile clients is and at prestigious events is highly desired. . 
Experience in shooting conferences, corporate events, trade shows, and events involving government officials and international organizations such as USAID, the UN General Assembly, and the World Bank. Proficiency with videography and editing tools such as Adobe Premiere, Final Cut Pro, and other relevant software is required. Professional qualifications, certifications, and membership in industry organizations are highly desirable. 
Personnel QualificationsXX
Expertise in media relations and securing publicity opportunities for the Ambassador. This includes experience with high visibility press events at the United Nations and with high-level government leaders, pitching stories to journalists, arranging interviews, and maximizing media coverage to amplify the ambassador’s message and reach a wider audience. 
Existing relationships or ability to cultivate relationships with relevant government ministries, agencies and Bilateral organizations 
Technical MeritXX
Possess strong content creation skills, including writing, graphic design, video production, and photography. They should be able to create compelling and engaging content that resonates with the target audience and aligns with the Ambassador’s mission. 
Expertise in media relations and securing publicity opportunities for the ambassador. This includes experience with high visibility press events at the United Nations and with high-level government leaders, pitching stories to journalists, arranging interviews, and maximizing media coverage to amplify the Ambassador’s message and reach a wider audience. 
  
Operational CapabilityXX
Evidence of US office location, presence in the US market or experience partnering w/ US-based celebrity cause marketing campaigns. 
Total PointsXX

Upon completion of the evaluation of Technical Offers, Helen Keller Intl will evaluate Financial Offers for budget presentation, details of the budget narrative, and cost effectiveness (reasonable, realistic, match the Technical Offer and meet requirements of RFP). No points are assigned to Financial Offers, but these criteria will be considered in conjunction with the total score of the Technical Offer. This RFP utilizes the tradeoff process and Helen Keller Intl may award a contract to the offeror whose proposal represents the best value to Helen Keller Intl and the program. Helen Keller Intl may award a higher priced offeror if a determination is made that the higher technical evaluation of that offeror merits the additional cost/price.

SECTION 5: Source of Funding and Authorized Geographic Code

Any award resulting from this RFP will be financed by USAID funding and will be subject to U.S.

Government and USAID regulations. The authorized USAID geographic code for this RFP and any resulting contract is Code 937. A description of this code is available in USAID’s Automated Directives System, ADS 310 (http://www.usaid.gov/policy/ads/300/310.pdf). All commodities and services supplied under any award resulting from this RFP must meet this geographic code in accordance with the US Code of Federal Regulations (CFR), 22 CFR 228.}

SECTION 6: Proposal Validity, Submission Deadline and Instructions

Proposals should have a 60-day validity period from the proposal submission date, as provided in the Cover Letter.

Proposals must be submitted electronically by the deadline listed on the cover page of this RFP by E-mail to [email protected] in the subject line of the e-mail the company name and the RFP number.

A full proposal submission will include the following documents, all of which must reference the RFP number as stated on the cover page of this document:

  • Cover Letter
  • Technical Offer
  • Financial Offer
  • Conflict of Interest Disclosure Form
  • USAID Contract Provisions
  • Copies of Bidder legal registration documents
  • Other pertinent information relevant to the proposal submission

QUESTIONS: No verbal questions will be entertained, either in person or via telephone. However, Helen Keller Intl will take written questions about this RFP until the date specified on the cover page of this document. Any questions related to this RFP should be sent to [email protected] In order to ensure fairness, Helen Keller Intl’s response to all questions deemed relevant will be communicated to all potential Bidders, ensuring the original requestor’s anonymity.

SECTION 7: Negotiations

Best offer proposals are requested. An award will be made based on the original offers received. However, Helen Keller Intl reserves the right to conduct discussions, negotiations and/or request clarifications prior to awarding a contract. Furthermore, Helen Keller Intl reserves the right to conduct a competitive range and to limit the number of bidders in the competitive range to permit an efficient evaluation environment among the most highly rated proposals. Highest-rated bidders, as determined by the technical evaluation committee, may be asked to submit their best prices or technical responses during a competitive range. At the sole discretion of Helen Keller Intl, bidders may be requested to conduct oral presentations. If deemed an opportunity, Helen Keller Intl reserves the right to make separate awards per component or to make no award at all.

SECTION 8: Terms of the Solicitation

  1. Issuance of this RFP does not constitute an award commitment on the part of Helen Keller Intl, nor does it commit Helen Keller Intl to pay for costs incurred in the preparation and submission of a bid.
  • Attached files are an integral part of this RFP.
  • Helen Keller Intl may contact Bidders to confirm contact person, address, bid amount and to confirm that the proposal was submitted for this solicitation.
  • False Statements: Bidders must provide full, accurate and complete information as required by this solicitation and its attachments.
  • Conflict of Interest Disclosure: In Annex A, Bidders must provide disclosure of any past, present or future relationships with any parties associated with the issuance, review or management of this solicitation and anticipated award. Failure to provide full and open disclosure may result in Helen Keller Intl having to re-evaluate the selection of a potential Bidders.
  • Right to Select/Reject: Helen Keller Intl reserves the right to select and negotiate with those firms it determines, in its sole discretion, to be qualified for competitive proposals and to terminate negotiations without incurring any liability. Helen Keller Intl also reserves the right to reject any proposals received without explanation.
  • Reserved rights: All RFP responses become the property of Helen Keller Intl and Helen Keller Intl reserves the right in its sole discretion to:
    • To disqualify any offer based on Bidder’s failure to follow solicitation instructions;
    • To waive any deviations by Bidders from the requirements of this solicitation that in Helen Keller Intl’s opinion are considered not to be material defects requiring rejection or disqualification or where such a waiver will promote increased competition;
    • Extend the time for submission of all RFP responses after notification to all Bidders;
    • Terminate or modify the RFP process at any time and re-issue the RFP to whomever Helen Keller

Intl deems appropriate;

  • Issue an award based on the initial evaluation of offers without discussion;
    • Award only part of the activities in the solicitation or issue multiple awards based on solicitation activities.
  • Bidders and its proposed personnel shall disclose any factors that could limit the organization’s ability to independently perform the services such as relationship with counterpart employees, past employment, etc.

ANNEX A: Conflict of Interest Disclosure

Helen Keller Intl Code of Conduct & Ethics Policy: In accordance with the Helen Keller Intl Code of Conduct and Ethics Policy, Helen Keller Intl requires full and open disclosure when dealing with procurement. As such, Helen Keller Intl employees must avoid any conflict of interest or the appearance of a conflict of interest. Helen Keller Intl employees must at all times provide full disclosure of their actions or relationships with prospective vendors, contractors, or consultants. Helen Keller Intl employees shall not solicit, request, accept, or agree to accept any gift from a vendor or prospective vendor.

Helen Keller Intl reserves the right to reject any or all quotes when considered to be in the best interest of the organization and/or the people it serves. All parties submitting a proposal in response to this Request for Proposal are obligated to disclose the existence of any actual or possible conflict of interest relating to every country included within their proposal in the attached Conflict of Interest Declaration Form.

Failure to fully disclose such information could lead Helen Keller Intl to reject a proposal. If a party has no conflict to declare for any of the countries covered in their proposal, they may submit one form, listing all of the countries covered.

Conflict of Interest” means a situation in which an Bidder, or an Affiliate (as defined below), or a sub- contractor (if any) of an Bidder, has interests (financial, organizational, personal, reputational or otherwise) that would or may appear to make it difficult for an Bidder to fulfill its obligations to Helen Keller Intl in its role as the vendor in an objective, independent and professional manner, or a situation in which it is reasonable to foresee that such an interest would arise. A Conflict of Interest may arise in the following circumstances, which are not exhaustive:

  1. a Bidder has been, or is involved in the design of a proposal or request for funding that has been, or will be submitted to Helen Keller Intl;
  2. an Bidder has been, or is involved in the provision of advice to an entity that is a Principal Recipient or a Sub-recipient;
  3. a Bidder has been, or is involved in, or has provided advice in relation to the procurement of goods and/or services by a Principal Recipient and/or a Sub-recipient;
  4. a Bidder has been, or is involved in the provision of auditing services to a Principal Recipient and/or a

Sub-recipient; or

  • a Bidder has submitted an expression of interest, tender, bid or otherwise indicated interest in providing services of any nature to a Principal Recipient or a Sub-recipient that remains valid at the time of, and for the duration of the term of this Contract.

Affiliate” means a business concern, individual or other entity that, directly or indirectly: (i) controls or can control an Bidder; (ii) is controlled by, or can foreseeably be controlled by, an Bidder; or (iii) along with an Bidder, is controlled by, or can foreseeably be controlled by, the same third party.

Bidder Conflict of Interest Declaration Form Please check one box below, as appropriate:

   The Bidder hereby declares that it has read and understood the Conflict of Interest rules set forth in the Request for Proposals (RFP) and warrants that no Conflict of Interest exists on the part of the Bidder or an Affiliate of the Bidder, with regard to the services to be performed under the RFP. The Bidder hereby agrees to comply with the Conflict of Interest rules set forth in the Request for Proposals (RFP).
 
   The Bidder wishes to disclose a real or potential Conflict of Interest situation(s) and propose mitigating action(s). Note: if this box is checked, please describe in an attachment, in detail, the situation and present a proposed mitigation plan / arrangement for consideration by Helen Keller Intl.
 

Bidder:

Signature: 
Printed Name: 
Title: 
Date: 

ANNEX B: Format of CV to Be Used for Key Personnel (One Document Per Person)

Name: 
Title:
Nationality:
Home Office Address:
Professional Qualifications:
Language skills: Language: Reading: Speaking: Writing:                        
Relevant work experience, including the duration and responsibilities:
References:   Name: Position: Organization: E-mail: Address: Telephone: Relationship:    Name: Position: Organization: E-mail: Address: Telephone: Relationship:
Certification: I declare that the information provided in this CV is accurate and hereby authorize Helen Keller Intl to undertake whatever inquiries Helen Keller Intl may consider reasonable and necessary in the course of the assessment process, in relation to the information in this curriculum vita relating to my suitability for the position for which I have been nominated.
Signed:Date:

ANNEX C Cost

Please make sure to include in your bid a budget or fee schedule, fixed hourly rates of each member of the proposed Team and financial narrative ensuring that all cost assumptions have been presented.  However, markup or fixed fees must be disclosed.

Position/RoleFixed Hourly Rate (NGN)
  
  
  
  
  

This section of the annex represents illustrative costs per activity and Estimated Level of Effort. Please provide an illustrative price for the following activities:

  Deliverable  Personnel ResponsibleEstimated Number of Hours to Complete ActivityIllustrative Total Cost per Overarching Deliverable
  1. Videography and Photography USAID HQ Event    
Videography Services,      USD 0.00
Photography Services  
Editing and Postproduction  
Travel and Equipment  
2. Videography and Photography Meet and greet with Nigeria High Commission   
Videography Services,                         USD 0.00
Photography Services  
Editing and Postproduction  
Travel and Equipment  
3. Videography and Photography for Voice of America Interview    
Videography Services,                USD 0.00
Photography Services  
Editing and Post Production  
Travel and Equipment  

Helen Keller Intl Procurement

Request for Proposals (RFP)

4. Videography and Photography for United Nations General Assembly :    
Videography Services,                  USD 0.00 
Photography Services   
Editing and Postproduction   
Travel and Equipment   
5. Videography and Photography for Meeting with Nigerian Community in the Diaspora (Atalanta/Houston:    
Videography Services,        USD 0.00   
Photography Services   
Editing and Postproduction   
Travel and Equipment   
 6. Social Media Campaign:   
 Content creation and strategy development      USD 0.00
 Paid Social Media Advertising    
 Analytics and Reporting  
 Logistics Coordination  USD 0.00
 Travel Expenses   
 Accommodation  
 Transportation Arrangement  
 On-site Coordination (Event Management Support)  
  Consultancy Fees   USD 0.00
  

Principal’s Signature

Helen Keller Intl Procurement

Request for Proposals (RFP)

Summary LOE Table to be Submitted in Excel – TEMPLATE

Summary of Services    
ServicePeriod coveredDeliverable DeadlineTotal DaysTotal amount per service
     
     
     
     
     
     
TOTAL  USD                                –

                                                                                                                                          Page 19 of 22

ANNEX D: USAID Contract Provisions

Contract Provisions for Non-Federal Entity Contracts Under Federal Awards

By signing below, the Bidder agrees to comply with these requirements, as applicable, in the event an award is made by Helen Keller Intl.

In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following, as applicable.

  • Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
  • All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement.
  • Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60- 1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”
  • Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency.
  • Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.
  • Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency.
  • Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
  • Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549.
  • Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award.
  • §200.322 Procurement of recovered materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the

Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.

By signing below, the Bidder agrees to comply with these requirements, as applicable, in the event an award is made by Helen Keller Intl.

Bidder:

Signature: 
Printed Name: 
Title: 
Date: 

Sponsored Ads

Get Instant Job Notification on Telegram

Click Here Now

Vacancy by Location