You are on page 1of 90

Date Issued: May 16, 2011 Closing Date: June 15, 2011 Closing Time: 12:00 AM (Kabul Local

Time) SUBJECT: Dear Sir/Madam: The United States Government, represented by the United States Agency for International Development Mission in Afghanistan (USAID/Afghanistan), is seeking proposals from qualified Local (Afghan) organizations interested in providing the services described in the attached solicitation. The procedures set forth in FAR Part 15 shall apply. Section C of this solicitation sets the activities required to be implemented. Section L of the RFP sets forth instructions for the preparation and submission of proposals and specifies the required contents of proposals. Please submit your proposal in accordance with the requirements in Section L of this solicitation. Section M states the criteria by which proposals will be evaluated, and the award will be made. USAID plans to award a 14.5 months cost-plus-fixed fee completion type contract. The estimated price for this procurement is $361,700. If you decide to submit a proposal, it must be presented in accordance with the attached solicitation and received no later than 12:00 AM local Kabul time on the closing date indicated above and at the place shown below. Proposals should be submitted with the name, street address, telephone number, email address of a point-of-contact who is an authorized agent of the offeror and RFP number. The proposal must be addressed to: Robert P. Schmidt, Jr. Contracting Officer USAID/Afghanistan U.S. Embassy East (CAF) Compound Great Massoud Road Kabul, Afghanistan Internet email for electronic submission: kabulaidoaamailbox@usaid.gov Request for Proposals (RFP) No. 306-11-0037 Afghanistan Labor Market and Small & Medium Enterprise Surveys Project

RFP-306-11-0037

Street/delivery address: U.S. Embassy East (CAF) Compound Great Massoud Road Kabul, Afghanistan Any amendments to this solicitation will be issued and posted on the same websites where this RFP was posted. Offerors are encouraged to check the websites http://fedbizopps.gov/periodically. It is the responsibility of the offeror to ensure that solicitation or any amendments to it has been received from the internet in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes. Questions Potential offerors may submit questions in writing by email to the Contracting Officer, Robert P. Schmidt, Jr. at kabulaidoaamailbox@usaid.gov, and/or Maya Chelidze, Sr. Acquisition and Assistance Specialist at mchelidzetdy@usaid.gov . The deadline for receipt of questions and/or requests for clarifications is 12:00 AM Kabul Local Time Monday, May 23, 2011. No questions will be accepted after this date. Issuance of this solicitation does not constitute an award commitment on the part of the Government, nor does it commit the Government to pay for any costs incurred in the preparation or submission of a proposal. Furthermore, the Government reserves the right to reject any and all offers, if such action is considered to be in the best interest of the Government. Thank you for your interest in USAID programs. Sincerely,

Robert P. Schmidt, Jr. Contracting Officer USAID/Kabul

SOLICITATION, OFFER AND AWARD


2. CONTRACT NUMBER 3. SOLICITATION NUMBER

PAGES UNDER DPAS (15 CFR 700) 4. TYPE OF SOLICITATION SEALED BID (IFB)

RATING

PAGE OF

PAGES

N/A
5. DATE ISSUED

110

6. REQUISITION/PURCHASE NUMBER

306-11- 0037
7. ISSUED BY

X
CODE

May 16, 2011

NEGOTIATED (RFP) 8. ADDRESS OFFER TO (If other than Item 7)

RFP-306-11-0037

Office of Acquisition and Assistance USAID/Afghanistan Great Massoud Road Kabul - Afghanistan

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION
9. Sealed offers in original and ___ copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, , in the depository located in

Section L of this RFP

12:00 am May 15, 2011 local time ______Kabul Local Time (Hour) CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All Offers are subject to all terms and conditions contained in this solicitation. 10. FOR INFORMATION CALL NAME : Robert P. Schmidt , Jr. B. TELEPHONE (NO COLLECT CALLS) AREA CODE C. E-MAIL ADDRESS

Until

+1 202

NUMBER

216 6288,

X 4739

kabulaidoaamailbox@usaid.gov

mchelidzetdy@usaid.gov 11. TABLE OF CONTENTS (X) SEC. DESCRIPTION PART I - THE SCHEDULE A B C D SOLICITATION/CONTRACT FORM SUPPLIES OR SERVICES AND PRICES/COSTS DESCRIPTION/SPECS./WORK STATEMENT PACKAGING AND MARKING 18 19-23 24-27 28-39 K L M 1 8-9 10-16 17 J I PAGE(S) (X) SEC.

See Attached Table of Contents


DESCRIPTION PART II - CONTRACT CLAUSES CONTRACT CLAUSES PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. LIST OF ATTACHMENTS PART IV - REPRESENTATIONS AND INSTRUCTIONS REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS INSTR., CONDS., AND NOTICES TO OFFERORS EVALUATION FACTORS FOR AWARD 63-73 62 40-61 PAGE(S)

INSPECTION AND ACCEPTANCE E F G H DELIVERIES OR PERFORMANCE CONTRACT ADMINISTRATION DATA SPECIAL CONTRACT REQUIREMENTS

74-86 87-89

OFFER (Must be fully completed by offeror)


NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within 180 calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52-232-8) 14. ACKNOWLEDGEMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated: 15A. NAME AND ADDRESS OF OFFEROR CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) AMENDMENT NO. DATE AMENDMENT NO. DATE 10 CALENDAR DAYS (%) 20 CALENDAR DAYS (%) 30 CALENDAR DAYS (%) CALENDAR DAYS (%)

15B. TELEPHONE NUMBER AREA CODE NUMBER EXT. 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE

17. SIGNATURE

18. OFFER DATE

AWARD (To be completed by Government)


19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 41 U.S.C. 253(c) ( 10 U.S.C. 2304(a) ( ) 24. ADMINISTERED BY (If other than Item 7) CODE )

23. SUBMIT INVOICES TO ADDRESS SHOWN IN (4 copies unless otherwise specified) 25. PAYMENT WILL BE MADE BY

ITEM

CODE

See Section G

26. NAME OF CONTRACTING OFFICER (Type or print)

27. UNITED STATES OF AMERICA

28. AWARD DATE

3
IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.

(Signature of Contracting Officer)

STANDARD FORM 33

(REV. 9-97)

TABLE OF CONTENTS

PART I THE SCHEDULE.......................................................................................................8 SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS....................................8 B.1 PURPOSE.........................................................................................................................8 B.2 CONTRACT TYPE .........................................................................................................8 B.3 ESTIMATED COST, FIXED FEE, AND OBLIGATED AMOUNT..............................8 B.4 PRICE SCHEDULE..........................................................................................................8 B.5 INDIRECT COSTS (DEC 1997)......................................................................................8 B.6 CEILING ON INDIRECT COSTS...................................................................................9 B.7 COST REIMBURSABLE.................................................................................................9 SECTION C DESCRIPTION/SPECS/STATEMENT OF WORK..............................10 SECTION D- PACKAGING AND MARKING ...............................................................17 D.1 AIDAR 752.7009 MARKING (JAN 1993)....................................................................17 D.2 BRANDING STRATEGY .............................................................................................17 D.3 BRANDING AND MARKING POLICY .....................................................................17 SECTION E INSPECTION AND ACCEPTANCE ......................................................18 E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED ................................18 BY REFERENCE..................................................................................................................18 E.2 INSPECTION AND ACCEPTANCE.............................................................................18 SECTION F: DELIVERIES OR PERFORMANCE.......................................................19 F.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED ................................19 BY REFERENCE..................................................................................................................19 F.2. PERIOD OF PERFORMANCE.....................................................................................19 F.3 PLACE OF PERFORMANCE........................................................................................19 F.4 DELIVERABLES ...........................................................................................................19 F.5 PERFORMANCE STANDARDS...................................................................................20 F.6 REPORTS .......................................................................................................................20 F.7 KEY PERSONNEL.........................................................................................................21 F.8 SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE ...............21 DOCUMENTS (JAN 2004)...................................................................................................21 G.1 752.7003 DOCUMENTATION FOR PAYMENT (NOV 1998)...................................24 G.2 CONTRACTING OFFICER...........................................................................................25 G.3 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR)..............25 G.4 CONTRACTORS PRIMARY POINT OF CONTACT................................................25 G.5 PAYING OFFICE..........................................................................................................25 G.6 ACCOUNTING AND APPROPRIATION DATA........................................................26 G.7 TECHNICAL DIRECTIONS / RELATIONSHIP WITH USAID.................................26 SECTION H - SPECIAL CONTRACT REQUIREMENTS..................................................28 H.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY .........................28 REFERENCE ........................................................................................................................28 H.2 NONEXPENDABLE PROPERTY PURCHASES AND INFORMATION ................28 TECHNOLOGY RESOURCES ...........................................................................................28 H.3 AIDAR 752.7007 PERSONNEL COMPENSATION (July 2007) ...............................28 H.4 ADDITIONAL REQUIREMENTS FOR PERSONNEL COMPENSATION ..............29 H.5 GOVERNMENT PROPERTY.......................................................................................29 H.6 LANGUAGE REQUIREMENTS...................................................................................30 H.7 LOGISTIC SUPPORT ...................................................................................................30
4

H.8 SUBCONTRACTING PLAN REPORT FOR INDIVIDUAL CONTRACTS AND . . .30 SUMMARY CONTRACTING REPORT ............................................................................30 H.9 SUBCONTRACTING CONSENT ................................................................................30 H.10 EXECUTIVE ORDER ON TERRORISM FINANCING (MARCH 2002).................30 30 H.11 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR ..............................30 PERSONNEL (JULY 2007) .................................................................................................30 H.12 AAPD 04-17 USAID DISABILITY POLICY - ACQUISITION ...............................31 (DEC 2004) ...........................................................................................................................31 H.13 USAID IMPLEMENTATION OF SECTION 508 OF THE .......................................31 REHABILITATION ACT OF 1973 AND FEDERAL ACQUISITION .............................31 CIRCULAR (FAC) 97-27 "ELECTRONIC AND INFORMATION ..................................31 TECHNOLOGY ACCESSIBILITY......................................................................................31 H.14 INFORMATION SYSTEM SECURITY (ISS) GENERAL ....................................31 H.15 CONFLICTS OF INTEREST ......................................................................................32 H.16 AIDAR 752.7032 INTERNATIONAL TRAVEL APPROVAL AND .......................33 NOTIFICATION REQUIREMENTS AND AIDAR 752.7027 PERSONNEL ...................33 H.17 AIDAR 752.225-70 SOURCE, ORIGIN AND NATIONALITY ...............................33 REQUIREMENTS (FEB 1997) ............................................................................................33 H.18 AUTHORIZED GEOGRAPHIC CODE .....................................................................34 H.19 INSURANCE AND SERVICES..................................................................................34 H.20 REPORTING OF FOREIGN TAXES..........................................................................34 H.21 LIFE SUPPORT AND SECURITY SERVICES.........................................................35 35 H.22 MEDICAL EVACUATION (MEDEVAC) SERVICES, ............................................35 AIDAR 752.228-70 (JULY 2007) ......................................................................................35 H.23 GRANTS UNDER CONTRACTS (GUCS) ADS 302.3.4.8........................................36 H. 24 752.7101 VOLUNTARY POPULATION PLANNING ACTIVITIES (JUNE 2008)36 H.20 HOMELAND SECURITY PRESIDENTIAL DIRECTIVE-12 (HSPD-12) (September 2006). .37 H.26 USE OF SYNCHRONIZED PRE-DEPLOYMENT AND OPERATIONAL............37 TRACKER (SPOT) FOR CONTRACTORS SUPPORTING A DIPLOMATIC ................38 OR CONSULAR MISSION OUTSIDE THE UNITED STATES ......................................38 (SUPPLEMENT TO FAR 52.225-19)...................................................................................38 H.27 EMERGENCY LOCATOR INFORMATION (July 1997) ........................................38 H.28 SERIOUS INCIDENT REPORTING IN AFGHANISTAN (DEC 2010)...................38 H.29 GENDER INTEGRATION REQUIREMENTS (DEC 2010)......................................39 PART II CONTRACT CLAUSES.........................................................................................40 SECTION I - CONTRACT CLAUSES .............................................................................40 I.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE . .40 I.3 COMMUNICATIONS PRODUCTS (OCT 1994)..........................................................44 44 I.2 FAR 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND .....................44 CONDUCT (APR 2010)........................................................................................................44 I.3 FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION. (APR 2008) ...............47 I.4 FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR .........49 PERSONNEL. (SEP 2007) ...................................................................................................49 I.5 FAR 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES. (OCT 1997) ...........49 I.6 FAR 52.217-8 OPTION TO EXTEND SERVICES. (NOV 1999) .................................49 I.7 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. ................49
5

(MAR 2000) ..........................................................................................................................49 I.8 FAR 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS. (JAN 2011) ....50 I.9 FAR 52.219-14 LIMITATIONS ON SUBCONTRACTING. (DEC 1996) ...................51 I.10 FAR 52.219-25 SMALL DISADVANTAGED BUSINESS PARTICIPATION .........52 PROGRAM-DISADVANTAGED STATUS AND REPORTING. (DEC 2010) ................52 I.11 FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM ............................52 REREPRESENTATION. (APR 2009) .................................................................................52 I.12 FAR 52.222-39 NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING ..........53 PAYMENT OF UNION DUES OR FEES. (DEC 2004) .....................................................53 I.13 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) ..............55 I.14 FAR 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS. (DEC 2010) ......57 I.15 AIDAR 752.209-71 ORGANIZATIONAL CONFLICTS OF INTEREST...................58 DISCOVERED AFTER AWARD. (JUN 1993) ..................................................................58 I.16 752.204-2 SECURITY REQUIREMENTS ..................................................................58 I.17 AIDAR 752.211-70 LANGUAGE AND MEASUREMENT. (JUN 1992) ..................58 I.18 AIDAR 752.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND ......58 SMALL DISADVANTAGED BUSINESS CONCERNS....................................................58 I.19 AIDAR 752.225-71 LOCAL PROCUREMENT (FEB 1997).......................................59 I.20 752.242-70 PERIODIC PROGRESS REPORTS (OCT 2007)......................................59 I.21 AIDAR 752.245-70 GOVERNMENT PROPERTY - USAID REPORTING ..............59 REQUIREMENTS.................................................................................................................59 I. 22 SECURITY....................................................................................................................60 SECTION J - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS 62 LIST OF ATTACHMENTS .................................................................................................62 PART IV REPRESENTATIONS AND INSTRUCTIONS..................................................63 SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER ...............63 STATEMENTS OF BIDDERS ..........................................................................................63 K.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED ...................63 BY REFERENCE .................................................................................................................63 K.2 AGREEMENT ON, OR EXCEPTIONS TO, TERMS AND CONDITIONS ..............63 K.3 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING ........................63 REQUIREMENTS ................................................................................................................63 K.4 FAR 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS. ............63 (OCT 2010) ...........................................................................................................................63 K.5 FAR 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, ....66 PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS. (APR 2010)66 K.6 FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY .........................67 MATTERS (JAN 2011).........................................................................................................67 K.7 FAR 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS. ..................68 (JAN 2011) ............................................................................................................................68 K.8 FAR 52.222-25 AFFIRMATIVE ACTION COMPLIANCE. (APR 1984) ..................69 K.9 FAR 52.223-13 CERTIFICATION OF TOXIC CHEMICAL RELEASE ...................69 REPORTING. (AUG 2003) ..................................................................................................69 K.10 FAR 52.230-1 COST ACCOUNTING STANDARDS NOTICES AND ...................70 CERTIFICATION. (OCT 2008) ...........................................................................................70 K.11 FAR 52.230-7 PROPOSAL DISCLOSURE--COST ACCOUNTING PRACTICE ...72 CHANGES. (APR 2005) .....................................................................................................72 K.12 AGREEMENT ON, OR EXCEPTIONS TO, TERMS AND CONDITIONS............72 K.13 AUTHORIZED NEGOTIATORS................................................................................73
6

K.14 SIGNATURE ...............................................................................................................73 SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO BIDDERS ....74 L.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED ................................74 BY REFERENCE .................................................................................................................74 L.2 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH ........................................74 LANGUAGE (APR 1991).....................................................................................................74 L.3 52.216-1 TYPE OF CONTRACT (APR 1984)...............................................................74 L.4 GENERAL INSTRUCTIONS TO OFFERORS............................................................74 L.5 52.215-1 INSTRUCTIONS TO OFFERORSCOMPETITIVE ACQUISITION.......75 (JAN 2004).............................................................................................................................75 L.6 DELIVERY INSTRUCTIONS.......................................................................................78 L.7 INSTRUCTIONS FOR THE PREPARATION OF THE TECHNICAL ......................80 PROPOSAL...........................................................................................................................80 L.8 INSTRUCTIONS FOR THE PREPARATION OF THE COST/BUSINESS ..............82 PROPOSAL (CPFF)..............................................................................................................82 L.9 FAR 52.233-2 SERVICE OF PROTEST (SEP 2006)....................................................85 SECTION M- EVALUATION CRITERIA.......................................................................87 SECTION M: EVALUATION FACTORS FOR AWARD.............................................87 SECTION J ATTACHMENTS .........................................................................................90

PART I THE SCHEDULE SECTION B SUPPLIES OR SERVICES AND PRICE/COSTS B.1 PURPOSE

The Afghanistan Labor Market and Small & Medium Enterprise Surveys Project is designed to: a) assess over time the workforce development needs of Afghanistans small and medium enterprises in six urban area of the country (Kabul city, Mazar city, Jalalabad city, Herat city, Kandahar city and Kundoz city), and b) assess over time the state of Afghanistans labor market, including salaries, job creation, unemployment rates, education levels, hours worked, etc in six provinces (Kabul, Balkh, Nangarhar, Herat, Kandahar and Kundoz). B.2 CONTRACT TYPE

This is a Cost-Plus-Fixed-Fee (CPFF) Completion type contract. For the consideration set forth below the Contractor shall provide the services and deliverables described in Sections C and F. B.3 ESTIMATED COST, FIXED FEE, AND OBLIGATED AMOUNT

This is a Cost-Plus-Fixed-Fee (CPFF) completion contract. For the consideration set forth below, the Contractor shall provide the results, deliverables or outputs described in Section C and F in accordance with the performance standards specified in Section F.4. B.4 PRICE SCHEDULE First Survey $________ $________ $________ $________ $________ Second Survey $________ $________ $________ $________ $________ Third Survey $________ $________ $________ $________ $________ Fourth Survey $________ $________ $________ $________ $________ Total $________ $________ $________ $________ $________

Cost Element: Salary and Wages

Travel, Transport, Per Diem Equipment and Supplies Communications

Other Direct Costs Direct Program Expenditures

Indirect Costs Total Estimated Cost Fixed Fee Total Est. Cost plus Fixed Fee B.5

$________ $________ $________ $________ $________ $________ $________ $________

$________ $________ $________ $________ $________ $________ $________ $________

$________ $________ $________ $________ $________ $________ $________ $________

$________ $________ $________ $________ $________ $________ $________ $___________ ____

$________ $________ $________ $________ $________ $________ $________ $___________ ____

INDIRECT COSTS (DEC 1997)

Pending establishment of revised provisional or final indirect cost rates, allowable indirect costs shall be reimbursed on the basis of the following negotiated provisional or predetermined rates and the appropriate bases: 8

Description

Rate

Base 1/

Type

Period

1/ 1/ 1/Base of Application: Type of Rate: Period: B.6

CEILING ON INDIRECT COSTS

(1) Reimbursement for indirect costs shall be at the lower of the negotiated final predetermined rates or the following ceiling rates: Description Rate Base 1/ 1/Base of Application: Type of Rate: Predetermined Period: (2) The Government will not be obligated to pay any additional amount should the final indirect cost rates exceed the negotiated ceiling rates. If the final indirect cost rates are less than the negotiated ceiling rates, the negotiated rates will be reduced to conform to the lower rates. (3) This understanding shall not change any monetary ceiling, obligation, or specific cost allowance or disallowance. Any changes in classifying or allocating indirect costs require the prior written approval of the Contracting Officer. B.7 COST REIMBURSABLE Type 1/ Period 1/

The U.S. dollar costs allowable shall be limited to reasonable, allocable and necessary costs determined in accordance with FAR 52.216-7, Allowable Cost and Payment, FAR 52.216-8, Fixed Fee, if applicable, and AIDAR 752.7003, Documentation for Payment. [END OF SECTION B]

SECTION C DESCRIPTION/SPECS/STATEMENT OF WORK Labor Market and Small & Medium Enterprise Surveys I. Background

Increasing the number of job opportunities in Afghanistan has been a key priority for both the Government of the Islamic Republic of Afghanistan (GIRoA) and the international donor community. Surveys show that unemployment is the second biggest problem in Afghanistan after security. In recognition of this, many international donor programs, including those of the United States Agency for International Development (USAID) are designed to support private sector development with the expectation that jobs will be created and incomes increased. Gains in employment have far reaching impact in other areas as well. Employment leads to better health and education outcomes and contributes significantly to stability. Employed persons are less likely to engage in illicit activities such as poppy cultivation or terrorist acts. This is in fact a key element of the U.S. Government (USG) strategy to combat terrorist activities and the illicit poppy production and trade in Afghanistan. Despite the widely recognized critical importance of increasing employment opportunities, there is no reliable or consistently administered labor market survey in Afghanistan that allows us to measure our progress in achieving these objectives. It is unclear what the unemployment rate is, what salaries and wages are, what skills and abilities businesses require in their employees, and so forth. Accurate labor market data is necessary to measure Afghanistans progress in job creation and inform the design of future donor activities. Small and medium enterprise (SME) surveys are also needed that adequately assess the workforce development needs of SMEs. Knowing the characteristics and skills SMEs are seeking from the labor market allows for more effectively targeted assistance. Without a more accurate picture of the labor market, international donor activities will address perceived workforce development needs that may differ from actual workforce development needs. Furthermore, neither GIRoA nor the international donor community will be able to determine if their programs have effectively increased employment opportunities or wages. In summary, there is an immediate need to gather labor market data that is critical to gauging the successes of USG activities and informing new USG activities, including workforce development education and training programs. II. Survey Objectives

The overall objectives for conducting the two surveys are: Assess over time the workforce development needs of Afghanistans small and medium enterprises in six urban area of the country (Kabul city, Mazar city, Jalalabad city, Herat city, Kandahar city and Kundoz city). Assess over time the state of Afghanistans labor market, including salaries, job creation, unemployment rates, education levels, hours worked, etc in six provinces (Kabul, Balkh, Nangarhar, Herat, Kandahar and Kundoz). The surveys will be carried out in the (major metropolitan areas) limited geographic areas, including: Kabul, Herat, Jalalabad, Kunduz, Mazar-i-Sharif, and Kandahar Implementation Mechanism

III.

The United States Agency for International Development will contract with a private sector firm to administer two surveys, four times each, at six-month intervals. The first SME Survey will be used to assess the workforce development needs faced by Afghan businesses. Specifically, the skills and training desired for employees in different sectors will be determined. Second, the Labor Market Survey will be used to assess the current education and skill level of the labor market as well as unemployment rates, salaries, hours worked, and other labor market characteristics. These surveys will be carried out in limited geographic areas, including: Kabul, Herat, Jalalabad, Kunduz, Mazar-i-Sharif, and Kandahar.

10

By repeating these surveys at six-month intervals over a two-year period, the impacts of GIRoA and international donor activities on linking employers from the private sector to employees, labor force development (skills) and labor market width and depth will be measured. The contracted private sector firm will be required to collaborate with relevant GIROA entities, notably the Ministry of Labor, Social Affairs, Martyrs & Disabled (MoLSAMD), and the Central Statistics Office (CSO). The contractor will also be required to coordinate with other potential labor sector development partners, including the International Labor Organization (ILO). (See section IV/D on Coordination for more detail on each potential partners role and interests.) IV. Scope of Work

The following is a summary of the activities and deliverables required under this scope of work. A detailed breakdown of these activities is provided in the following sections, as are reporting and coordination requirements, other considerations, and expectations regarding budget submission and the timeline of activities and deliverables. Activities: Design of initial Labor Market and SME Surveys Determination of sample frames Survey implementation Tabulation and validation of data Initial analysis and draft report preparation Following consultation with stakeholders, completion of final report Printing and distribution of the report Deliverables: Final Labor Market and SME Survey questionnaires A complete initial data set Analysis of the data Draft reports A final summary and report of the data Printed publication summarizing the data, findings and recommendations distributed A. Activities 1. Small and Medium Enterprise Survey a. Survey Design and Sample Frame: Design a survey questionnaire, in collaboration with LMIAU of MoLSAMD and the ILO. The survey shall be developed using current survey design best practices, including pre-testing and focus groups. Determine, in collaboration with the CSO, an appropriate sample frame of small and medium enterprises located in Afghanistans six largest cities and obtain a statistically significant sample of respondents. At a minimum, the survey shall include businesses from the following sectors, including information about the number and location of companies in each survey site, the number of employees, various skill levels they require, and other labor market requirements: construction, infrastructure and logistics; import/export and retail; agricultural and food manufacturing; telecommunications; non-food manufacturing; energy provision. In this way, the survey shall identify market-based enterprises and potential employment opportunities in the selected six sites that will inform future technical and vocational training programs and business management education programs.

b. Data Collection: Conduct the survey in Afghanistans six largest cities (Kandahar, Herat, Jalalabad,
Mazar-i-Sharif, Kunduz, and Kabul) using respondents from the previously determined sample frame. 11

Enumerators must have proper training and oversight as provided by the contractor. Best practices should be used to eliminate enumerator error. Collect the data beginning with an initial data collection and updating every six months for a total of four surveys beginning on or about Sept 2011 and repeating, April/May 2012, Oct/Nov 2012 and April / May 2013.

c. Data Analysis: Identify the various businesses, and the skills and training SMEs require in their
employees. Describe the average Afghan SME by sales, number of employees, location, and other related characteristics. Include statistics on size, gender, ownership, revenues, number of employees, etc. This sample should include business service providers. Identify significant barriers to SME productivity and growth. Conduct a final data analysis using all four iterations of data after the last set of surveys (May/June 2013) 2. Labor Market Survey a. Survey Design and Sample Frame: Design a survey questionnaire in collaboration with the ILO and LMIAU of MoLSAMD. The survey shall be designed using best practices, including pre-testing and focus groups. Determine an appropriate sample frame of potential laborers located in Afghanistans six largest cities and obtain a statistically significant sample of respondents, in collaboration with CSO. The questionnaire must address the following topics: wages, education, length of employment, skills, hours worked, and so forth. The data should be disaggregated by gender and age.

b. Data Collection: Conduct the surveys in Afghanistans six largest cities (Kandahar, Herat, Jalalabad,
Mazar-i-Sharif, Kunduz, and Kabul) using respondents from the previously determined sample frame. Enumerators must have proper training and oversight by the contractor (and potentially be locals from the survey areas). Best practices should be used to eliminate enumerator error. Collect the data beginning with an initial data collection and updating every six months for a total of four surveys beginning on or about Sept 2011 and repeating, April /May 2012, Oct/Nov 2012 and May/June 2013.

c. Data Analysis: Describe the Afghan Labor Market by age, gender, income, hours worked, and other
characteristics. Identify Labor Market skills and levels of education. four iterations of data. 3. Deliverables A work plan for both surveys submitted to USAID/Afghanistan for approval. SME Survey questionnaire and supporting documentation submitted to USAID/Afghanistan for approval. Labor Market Survey questionnaire and supporting documentation submitted to USAID/Afghanistan for approval. Complete set of raw SME survey data in an Excel file format with appropriate documentation and identifiers. Complete set of raw Labor Market Survey data in an Excel file format with appropriate documentation and identifiers. Intermediate analysis of SME Survey data after each of the survey iterations, including findings and recommendations. Intermediate analysis of Labor Market Survey data after each of the survey iterations, including findings and recommendations. Printed publications summarizing the Labor Market and SME Survey data, findings and recommendations after each of the survey iterations. Final analysis of SME Survey data after the fourth and final survey iteration. Final analysis of Labor Market Survey data after the fourth and final survey iteration. 12 Conduct a final analysis using all

Printed publication summarizing the Labor Market and SME Survey data, findings and recommendations after the fourth and final survey iteration.

4. Reporting An initial work plan must be submitted to USAID/Afghanistan for approval complete with delivery dates for the survey questionnaires, sample frames, raw data, and final reports. The final survey questionnaires must be approved by USAID/Afghanistan prior to their use. A presentation on initial findings will be delivered at USAID offices in Kabul. The final report for each survey should be submitted no later than one month after the data collection is completed for each round. USAID/Afghanistan must be informed of progress at least monthly during the active phase of the project by email communication and written progress reports. During the non active phase of the project, the contractor should send their quarterly report on preparation for the next survey. In addition to the data and analysis included in the deliverables under Section IV/B, these progress reports will include a description of any challenges, obstacles or potential changes in the schedule that the contractor has encountered or anticipates encountering. 5. Coordination The award recipient must work closely with USAID, the Central Statistics Office, the International Labor Organization, and the Ministry of Labor, Social Affairs, Martyrs & Disabled in designing the survey questionnaires and determining the sample frames. The award recipient may be required to attend regular meetings with any of the above agencies for the purposes of coordination and reporting. Ministry of Labor, Social Affairs, Martyrs and Disabled (MoLSAMD): MoLSAMD is mandated to regularly conduct a Labor Market Survey in all 34 provinces of Afghanistan , to compile the data and to collaborate with the CSO to provide regular reports on the state of the labor market in Afghanistan including wages, unemployment, hours worked , training , education and skills, etc. GIROA has established a Labor Market Information and Analysis Unit (LMIAU) within MoLSAMD to perform quantitative and qualitative analysis of the Labor Market Survey data. Their duties also include the regular dissemination of results of labor market information and analysis. Strengthening the ability of the LMIAU to analyze and disseminate labor market data will allow GIRoA in collaboration with international donors to design policies and programs that better address actual labor market needs. Central Statistics Organization (CSO): Afghan leadership established the CSO to coordinate the gathering of statistical data in Afghanistan. The Statistical Law (July 2006) of the Islamic Republic of Afghanistan has given the following mandate to CSO: Article 2: the Central Statistics Organization shall function, as an independent governmental administration, for the purpose of creating an integrated scientific system for statistics, ensuring harmonization and coordination of all statistical activities in the nation. The duties and authorities of CSO are also outlined in Article 8 of the legislation: Article 8: the CSO shall have the following duties and authorities: To collect, compile, analyze and publish statistical information relating to the commercial, industrial, financial, social, economic, environmental and general activities and condition of the people. 13

To collaborate with Ministries and administrations of the State in the collection, compilation and publication of statistical information, including statistics derived from the activities thereof. To prevent duplication in the information collected by Ministries and governmental administrations or by agencies other than the State. Generally, to promote and develop integrated social and economic statistics throughout the country, and to coordinate unified plans for the integration thereof. To develop and prescribe appropriate classifications and standards for use by ministry (Ministries) and other administrations of the State. To progressively develop and maintain appropriate databases containing statistical information, and to facilitate access to the database to all users, except for confidential information as provided for in this law. Decide on the manner in which data for statistical purposes are collected, how they are compiled and when and how statistics are published.

International Labor Organization: Another entity the contracted firm will be expected to coordinate with is the International Labor Organization (ILO), which will be conducting a child labor market survey. Although it is not certain at this time, there is a possibility that the timing for this survey will be such that ILO will be able to take advantage of economies of scale and the surveys could be integrated. In any event, ILO has offered to make their experts available for consultation regarding the design of the surveys. Other Partners: In addition to MOLSAMD, CSO, and ILO, there are possibilities for other partnerships as well. The UK Department for International Development (DFID) has an excellent working relationship with CSO and could be a strategic partner. The German Development Agency (GIZ) and the Japan International Cooperation Agency (JICA) also participate in relevant working groups and may be able to offer support. There has been some discussion of JICA funding a census through the CSO. Further, Labor Market Survey activities may be of value to the other Ministries in the Human Resource Development Cluster, especially the Ministries of Education and Higher Education and their associated activities in workforce development programs. The contractor will work closely with USAID to identify additional entities with which to coordinate. 6. Other Considerations 1. Afghan First This project embodies the principal of Afghan First by building the capacity of the Afghan government, facilitating intergovernmental collaboration, fostering Afghan public-private partnerships, and building ties between Afghan and U.S. universities. 2. Gender This program should yield valuable data on gender participation in labor market, opportunities for employment, their share of income and their current labor force in different sectors. The goal will be to assess the different implications for women and men within all socio -economic levels and in geographic areas included in the surveys. In addition, gender disaggregated data will be carefully analyzed, considering the complex socio-political and economic environment of the country, which, in turn, should pave the way for more effective and efficient gender balanced approaches for all types of donor interventions. In short, the labor- market survey will play a role in addressing gender empowerment and filling gender-need gaps within the traditional Afghan community as they relate to employment skills training requirements and available opportunities. 3. Environmental Impacts There are no direct environmental impacts from conducting surveys and producing research reports. A waiver for any environmental impact study for this program may be justified. 7. Key personnel 14

Key personnel for the labor market and SME surveys will be three people with the following qualifications: Chief of Party: A minimum of 5 years experience in managing projects of similar technical focus and scale. The following are also required; substantial experience in effectively supervising a diverse team of employees in a decentralized setting, proactive, creative problem-solving and ethical management, working with international donors, and analyzing development issues and designing effective, sustainable solutions. The candidate must have demonstrated effective interpersonal skills. A Masters Degree in labor economics, economics, statistics /econometrics or a closely related field is required. Oral and written fluency in English is required. Senior Survey Design Specialist: A Minimum 4 years experience supporting projects of similar scale. Excellent knowledge of planning and designing surveys. The following skills are also required: strong analytical skills, data collection, sampling, knowledge of different methods of surveys and deep experience in applying Participator Rapid Rural Appraisal (PRRA). Good communication skills, bachelor degree in economics, statistics, business or other related field, and fluency in English is required. Senior Research Specialist: At least 4 years experience in data collection, data analysis, and methods of interviewing in various contexts of the Afghanistan for obtaining bias-free data. The following knowledge and skills are also required; deep knowledge and understanding of data gathering especially for labor market oriented research , excellent capabilities in working in a multi-cultural team and experience in working with multiple players, including government, local and international NGOs, excellent interpersonal communication skills, Bachelor degree in economics, statistics, business or closely related field, and fluency in English. 8. Illustrative Budget A total budget for the all four survey iterations shall be submitted using the attached template (see sections B.4 and L.). Please see the Timeline for an illustrative level of effort for each of the various phases. 9. Timeline The following represents a suggested timeline for the Scope of Work and an illustrative breakdown of the level of effort for each survey phase. All proposals shall include both a timeline and a breakdown of the level of effort for each phase, with explanations for any changes proposed to the suggested timeline below. Submission of work plan for labor market and SME surveys to USAID for approval: within one week of contract signature. Submission of initial design of labor market and SME surveys to USAID and CSO for approval: within six weeks of contract signature. Survey #1 (both parts- Labor Market and SMEs) to begin within eight weeks of contract signature: Enumeration: 30 Days; Data Entry and preliminary Analysis: 30 Days; Interim Analysis report due to USAID within 75 days of beginning of enumeration. Final draft analysis due to USAID 30 days after the data analysis is completed. A printed publication is due within 15 days following USAID approval of final draft report Survey #2: Any changes to the survey instrument must be approved by USAID before enumeration begins. Enumeration to begin six months after beginning of enumeration of the previous survey. Enumeration: 30 Days; Data Entry and preliminary Analysis: 30 Days; Interim Analysis report due to USAID within 75 days of beginning of enumeration. Final draft analysis due to USAID 30 days after the data analysis is completed. A printed publication is due within 15 days following USAID approval of final draft report.

15

Survey #3: Any changes to the survey instrument must be approved by USAID before enumeration. Enumeration to begin six months after beginning of enumeration of the previous survey. Enumeration: 30 Days; Data Entry and preliminary Analysis: 30 Days; Interim Analysis report due to USAID within 75 days of beginning of enumeration. Final draft analysis due to USAID 30 days after the data analysis is completed. A printed publication is due within 15 days following USAID approval of final draft report. Survey #4: Any changes to the survey instrument must be approved by USAID before enumeration. Enumeration to begin six months after beginning of enumeration of the previous survey Enumeration: 30 Days; Data Entry and preliminary Analysis: 30 Days; Interim Analysis report due to USAID within 75 days of beginning of enumeration. Final draft analysis due to USAID 30 days after the data analysis is completed. A printed publication is due within 15 days following USAID approval of final draft report.

Total Survey Design Days: 60 Total Enumeration Days: 120 Total Data Entry Days: 75 Total Analysis Days: 60 Total Life of the project (LOP): 315 days (14.5 Months)

[END OF SECTION C]

16

SECTION D- PACKAGING AND MARKING D.1 AIDAR 752.7009 MARKING (JAN 1993)

(a) It is USAID policy that USAID-financed commodities and shipping containers, and project construction sites and other project locations be suitably marked with the USAID emblem. Shipping containers are also to be marked with the last five digits of the USAID financing document number. As a general rule, marking is not required for raw materials shipped in bulk (such as coal, grain, etc.), or for semi-finished products which are not packaged. (b) Specific guidance on marking requirements shall be obtained prior to procurement of commodities to be shipped, and as early as possible for project construction sites and other project locations. This guidance will be provided through the cognizant technical office indicated on the cover page of this contract, or by the Mission Director in the Cooperating Country to which commodities are being shipped, or in which the project site is located. (c) Authority to waive marking requirements is vested with the Regional Assistant Administrators, and with Mission Directors. (d) A copy of any specific marking instructions or waivers from marking requirements is to be sent to the Contracting Officer; the original shall be retained by the Contractor. D.2 BRANDING STRATEGY Afghanistan Labor Market and Small & Medium Enterprise Surveys Project The branding shall incorporate the message: The assistance is from the American People and from USAID USAID identity must be prominently displayed in: commodities or equipment; audio, visual or electronic public communications; studies, reports, publications, web sites, and all promotional and informational products and events. The branding may acknowledge other organizations deemed as partners of an event or deliverable. The Contractors name will not be included.

Program Name: Branding: Desired Level of printed Visibility Organizations to be Aknowledged

D.3 BRANDING AND MARKING POLICY In accordance with provision D.2 above, and where applicable, the Contractor shall comply with the requirements of the policy directives and required procedures outlined in USAID Automated Directive System (ADS) 320.3.2 Branding and Marking in USAID Direct Contracting (version from January 8, 2007) at http://www.usaid.gov/policy/ads/300/320.pdf; and USAID Graphic Standards Manual available at www.usaid.gov/branding, or any successor branding policy. The Contractor shall also develop a marking plan for public communications, commodities, program materials, deliverables, and other items that visibly bear or will be marked with the USAID identity. The marking plan may include requests for exceptions to marking requirements, to be approved by the contracting officer. Contract deliverables to be marked with the USAID identity must follow design guidance for color, type, and layout in the Graphic Standards Manual, available at www.usaid.gov/branding, or any successor branding policy. Plans will be rated as acceptable or unacceptable and not assessed points under section M. Deficiencies will be listed and offerors will have an opportunity to revise their plans so they can be deemed acceptable. [END OF SECTION D] 17

SECTION E INSPECTION AND ACCEPTANCE E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" in Section I of this contract. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. NUMBER TITLE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) INSPECTION OF SERVICESCOST REIMBURSEMENT DATE

52.246-5 E.2

APR 1984

INSPECTION AND ACCEPTANCE

USAID inspection and acceptance of services, reports and other required deliverables or outputs shall take place in Afghanistan where the services are performed and reports and deliverables or outputs are produced or submitted. Inspection of all deliverables required hereunder shall be made by the Contracting Officers Technical Representative (COTR), designated in Section G, who has been delegated authority to inspect and accept all services, reports and other required deliverables. Acceptance of services, reports and other deliverables by the COTR shall form the basis for payments to the Contractor.

[END OF SECTION E]

18

SECTION F: DELIVERIES OR PERFORMANCE F.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" in Section I of this contract. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) NUMBER 52.242-15 F.2. TITLE STOP-WORK ORDER ALTERNATE I DATE AUG 1989 APR 1984

PERIOD OF PERFORMANCE

The period of performance for this contract is as follows: Each of the surveys is estimated to take approximately two months to conduct, with the exception of the first survey, which is estimated to take two and half months. All four surveys, conducted at six-month intervals, will take a total of 255 days to conduct, with 60 days of preparation estimated for the project. The total project days equal 315 days (14.5 months). F.3 PLACE OF PERFORMANCE

Performance of this contract will be principally in the urban centers of six provinces in Afghanistan, namely: Kabul, Jalalabad, Mazar-i-Sharif, Heart City, Kundoz City, and Kandahar City. F.4 DELIVERABLES

In addition to other required reports and deliverables under this Contract, the Contractor shall deliver the following as part of its proposal: Work Plan (WP) Work plan The Contractor will prepare for the COTRs review and approval a Work Plan (WP) setting forth in reasonable detail the Contractors plans for pursuing activities set forth in this RFP and detailing additional proposed activities that may substantially contribute toward the project goal, as required. The draft Work Plan shall cover all four iterations of the surveys (Labor Market and Business Needs Surveys). A final version of the work plan will be provided to the COTR no later than two - weeks after the start of the project for approval by USAID. The WP shall include a schedule of activities and tasks planned to be conducted, and the inputs planned to be provided by the Contractor, including a description of planned activities, tasks and an estimated budget; delivery dates for the survey questionnaires, sample frames, raw data requirements, the four intermediary and one final report dates should be included in the draft Work Plan. The WP should also break out activities by province for the benefit of coordinating efforts with PRTs in the field. The Contractor will incorporate any required revisions into a final WP no later than 7 days after receipt of such comments from USAID. The USAID COTR will provide a written approval of the final work plan to the Contractor. As may be necessary due to circumstances beyond the Contractors control, and subject to the COTRs approval, the WP may be amended and benchmarks added, deleted, or revised from time to time. Should revised activities, performance indicators 19

or performance targets become necessary, the Contractor shall submit a revised work plan to USAID for approval. Security Plan Required upon award for USAID review and approval. A security plan shall at a minimum contain your processes and what you or your subcontractor envision will be necessary in the performance of this requirement. See also the statement of work for additional guidance. F.5 PERFORMANCE STANDARDS

Evaluation of the Contractor's overall performance in accordance with the performance standards set forth in Section C will be conducted jointly by the COTR and the Contracting Officer and shall form the basis of the Contractor's permanent performance record with regard to this contract. F.6 REPORTS

All reports and deliverables shall be submitted electronically to the USAID COTR, with a copy to the Contracting Officer and to any other USAID personnel upon request. As necessary, the COTR may direct the Contractor to provide hard copies of reports and any of the deliverables described in the scope of work. All reporting (whether programmatic or financial) will need to be both consolidated nationally and disaggregated by regions corresponding to the military regional commands (i.e., RC-S, RC-E.& RC-SW etc.) and by province. The Contractor will need to be able to provide upon request, as well as periodically specified, a list of activities that the Labor Market Survey has accomplished, and that are planned, nationally, regionally and by province. The Labor Market Survey will need to quantify both direct and indirect expenditures, past and planned, nationally, regionally and by province. Final Survey Questionnaire and Final Survey Report The final survey questionnaires must be approved by USAID/Afghanistan prior to their use. A presentation on initial findings will be delivered at USAID offices in Kabul. The final report for each survey should be submitted no later than one month after the data collection is completed for each Labor Market Survey and SME Report (1, 2, 3, 4 and Final). Monthly Progress Reports USAID/Afghanistan must be informed of progress monthly through submitting brief (2 pages) progress reports to the COTR, which would include a summary of activities, tasks completed, the inputs planned to be provided by the Contractor, and an estimated budget. In addition to the data and analysis included in the deliverables under Section IV/B, these progress reports will include a description of any challenges, obstacles or potential changes in the schedule that the contractor has encountered or anticipates encountering. Financial Reporting The Contractor shall submit to the COTR and to the USAID Financial Management Officer brief quarterly expenditure reports in keeping with 22 CFR 226.52, which will contain a summary page which shows spending by category for the quarter, cumulative spending to date, available funding for the remainder of the activity and any variances from planned expenditures. The quarterly report will outline also outline expenditures by results, as well as by province and regional command. If there are significant accrued expenditures for the quarter being reported upon which for some reason have not yet been billed to the contract, the Contractor will include a brief note to that effect, with the specific amount involved, thus enabling the COTR to accurately track the project expenditure rate. These reports will be submitted approximately two weeks before the end of the quarter. The precise deadline each quarter for the submittal of the financial reports will be specified by USAID. 20

Final Report The Contractor shall prepare and submit electronically to the COTR, no later than the estimated end-date of this contract date, a detailed final/completion report which summarizes the accomplishments and impact in relation to the expected results and recommendations regarding future and unfinished work. The report will include, but not be limited to: A discussion of the impact of the project as compared to baseline conditions and data and an analysis of Afghanistans labor and SME markets overall; A description of all institutions and organizations worked with in connection with project components and an evaluation of their strengths and weaknesses; A discussion of problems encountered, objectives not fully achieved and lessons learned, and suggest ways to resolve identified constraints; Incorporation of any additional/available evaluative data compared to project results and any explanatory background; and A final financial report.

The final/completion report shall also contain an index of all four reports and information products produced under this contract. The completion report may provide recommendations for follow-on work that might complement the work completed under the contract. The COTR will provide written comments, and the Contracting Officer may likewise add written comments, which the Contractor will address in revising the draft and submitting a final completion report. The COTR is required to document/certify in the official COTR file on a quarterly basis confirming that the contractor is complying with specific reporting/delivery requirements. F.7 KEY PERSONNEL a) The Contractor shall furnish the following key personnel for performance of this contract. Chief of Party of LM & SMEs surveys, Senior Survey Design Specialist, and Senior Research Specialist b) Key personnel are considered to be essential to the work being performed hereunder. Prior to replacing any of the specified individuals, the Contractor shall immediately notify both the Contracting Officer and USAID COTR reasonably in advance and shall submit written justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the program. No replacement of personnel shall be made by the Contractor without the written consent of the Contracting Officer.

F.8 SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE DOCUMENTS (JAN 2004) (A) Contract Reports and Information/Intellectual Products. (1) The Contractor shall submit to USAIDs Development Experience Clearinghouse (DEC) copies of reports and information products which describe, communicate or organize program/project development assistance activities, methods, technologies, management, research, results and experience as outlined in the Agency's ADS Chapter 540. Information may be obtained from the COTR. These reports include: assessments, evaluations, studies, development experience documents, technical reports and annual reports. The Contractor shall also submit two copies of information products including training materials, publications, databases, computer software programs, videos and other intellectual deliverable materials required under the Contract Schedule. 21

Time-sensitive materials such as newsletters, brochures, bulletins or periodic reports covering periods of less than a year are not to be submitted. (2) Upon contract completion, the contractor shall submit to DEC an index of all reports and information/intellectual products referenced in paragraph (a)(1) of this clause. (B) Submission Requirements. (1) Distribution: (a) At the same time submission is made to the COTR, the contractor shall submit, one copy each, of 3 contract reports and information/intellectual products (referenced in paragraph (a)(1) of this clause) in either electronic (preferred) or paper form to one of the following: Online: http://dec.usaid.gov By mail (for pouch delivery): DEXS Document Submissions M/CIO/KM/DEC RRB M.01-010 Washington, DC 20523-6100 For questions on DEC submissions, contact M/CIO/KM/DEC Telephone: +1 202-712-0579 E-mail: DocSubmit@usaid.gov (2) The contractor shall submit the reports index referenced in paragraph (a)(2) of this clause and any reports referenced in paragraph (a)(1) of this clause that have not been previously submitted to DEC, within 30 days after completion of the contract to one of the address cited in paragraph (B)(1)(a) of this clause. 3) Format: (a) Descriptive information is required for all Contractor products submitted. The title page of all reports and information products shall include the contract number(s), contractor name(s), name of the USAID cognizant technical office, the publication or issuance date of the document, document title, author name(s), and strategic objective or activity title and associated number. In addition, all materials submitted in accordance with this clause shall have attached on a separate cover sheet the name, organization, address, telephone number, fax number, and Internet address of the submitting party. (b) The report in paper form shall be prepared using non-glossy paper (preferably recycled and white or offwhite) using black ink. Elaborate art work, multicolor printing and expensive bindings are not to be used. Whenever possible, pages shall be printed on both sides. (c) The USAID email gateway accepts messages whose total size with attachments is no more than 8 Mb (no zipped or compressed files). If the document to be submitted is greater than 8Mb, it may need to be submitted as multiple electronic files. (d) Acceptable software formats for electronic documents include WordPerfect, Microsoft Word, and Portable Document Format (PDF). Submission in PDF is encouraged. (e) The electronic document submission shall include the following descriptive information: 22

(i) Name and version of the application software used to create the file, e.g., WordPerfect Version 9.0 or Acrobat Version 5.0. (ii) The format for any graphic and/or image file submitted, e.g., TIFF-compatible. (iii) Any other necessary information, e.g. special backup or data compression routines, software used for storing/retrieving submitted data or program installation instructions. [END OF SECTION F]

23

SECTION G CONTRACT ADMINISTRATION DATA G.1 752.7003 DOCUMENTATION FOR PAYMENT (NOV 1998)

(a) Claims for reimbursement or payment under this contract must be submitted to the Paying Office indicated in the schedule of this contract. The cognizant technical officer (CTO) is the authorized representative of the Government to approve vouchers under this contract. The Contractor must submit either paper or fax versions of the SF-1034 Public Voucher for Purchases and Services Other Than Personal. Each voucher shall be identified by the appropriate USAID contract number, in the amount of dollar expenditures made during the period covered. (1) The SF 1034 provides space to report by line item for products or services provided. The form provides for the information to be reported with the following elements: TOTAL EXPENDITURES (Document Number: XXX-X-XX-XXXX-XX) Description Amt. Vouchered To Date Product/Service Desc. for Line $XXXX.XX Item 0001 Product/Service Desc. for Line $XXXX.XX Item 0002 $XXXX.XX

Line Item 0001 0002 Total

Amt.Vouchered This Period $XXXX.XX $XXXX.XX $XXXX.XX

(2) The fiscal report shall include a certification, signed by an authorized representative of the Contractor, as follows: The undersigned hereby certifies to the best of my knowledge and belief that the fiscal report and any attachments have been prepared from the books and records of the Contractor in accordance with the terms of this contract and are correct: the sum claimed under this contract is proper and due, and all the costs of contract performance (except as herewith reported in writing) have been paid, or to the extent allowed under the applicable payment clause, will be paid currently by the Contractor when due in the ordinary course of business; the work reflected by these costs has been performed, and the quantities and amounts involved are consistent with the requirements of this Contract; all required Contracting Officer approvals have been obtained; and appropriate refund to USAID will be made promptly upon request in the event of disallowance of costs not reimbursable under the terms of this contract. BY:______________________________________ TITLE:___________________________________ DATE:___________________________________

24

(b) Local currency payment. The Contractor is fully responsible for the proper expenditure and control of local currency, if any, provided under this contract. Local currency will be provided to the Contractor in accordance with written instruction provided by the Mission Director. The written instructions will also include accounting, vouchering, and reporting procedures. A copy of the instructions shall be provided to the Contractors Chief of Party and to the Contracting Officer. The costs of bonding personnel responsible for local currency are reimbursable under this contract. (c) Upon compliance by the Contractor with all the provisions of this contract, acceptance by the Government of the work and final report, and a satisfactory accounting by the Contractor of all Government-owned property for which the Contractor had custodial responsibility, the Government shall promptly pay to the Contractor any moneys (dollars or local currency) due under the completion voucher. The Government will make suitable reduction for any disallowance or indebtedness by the Contractor by applying the proceeds of the voucher first to such deductions and next to any unliquidated balance of advance remaining under this contract. (d) The Contractor agrees that all approvals of the Mission Director and the Contracting Officer which are required by the provisions of this contract shall be preserved and made available as part of the Contractors records which are required to 104 be presented and made available by the clause of this contract entitled Audit and Records Negotiation. G.2 CONTRACTING OFFICER The Contracting office is: Office of Acquisition & Assistance U.S. Agency for International Development U.S. Embassy Caf Compound Great Masood Road Kabul, Afghanistan G.3 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR)

The COTR for this procurement is: Cognizant Technical Office: TBD Telephone: TBD G.4 CONTRACTORS PRIMARY POINT OF CONTACT

The Contractors Primary Point of Contact is _______________ and can be reached at __________________. (To be provided by the Contractor) G.5 PAYING OFFICE

The preferred method of transmission of invoices is through electronic medium at the following address: KabulAIDevouchers@usaid.gov. Subject line shall read Award No. and name of firm [to be filled in at time of award]. The SF-1034 must be signed, and it must be submitted along with the invoice and any other documentation in Adobe format. If submitting invoices electronically, do not send a paper copy. Paper copy submission: One (1) original of each invoice shall be submitted on an SF-1034 Public Voucher for Purchases and Services Other Than Personal to the Office of Financial Management (OFM) at the following address: 25

Office of Financial Management USAID/Afghanistan Caf Compound U.S. Embassy Great Masood Road Kabul, Afghanistan Financial Tracking and vouchering It is likely that multiple resources of funds, e.g., supplemental funds, may be used to fund this contract. The contractor shall be prepared to track the use of these multiple financial resources and performance measures associated with these funds. All vouchers shall clearly mark the source of funds. Prior year funds shall be disbursed first. G.6 ACCOUNTING AND APPROPRIATION DATA Budget Fiscal: (Data to be inserted at award) Operating Unit: Strategic Objective: Team/Division: Benefiting Geographic Area: Expanded Object Class Code (EOCC): Amount Obligated: G.7 TECHNICAL DIRECTIONS / RELATIONSHIP WITH USAID (a) Technical Directions is defined to include: (1) Written directions to the Contractor which fill in details, suggest possible lines of inquiry, or otherwise facilitate completion of work; (2) Provision of written information to the Contractor which assists in the interpretation of drawings, specifications, or technical portions of the work statement; (3) Review and, where required, provide written approval of technical reports, drawings, specifications, or technical information to be delivered. Technical directions must be in writing, and must be within the scope of work detailed in Section C. (b) The Contracting Officer, by separate designation letter, authorizes the COTR to take any or all action with respect to the following which could lawfully be taken by the Contracting Officer, except any action specifically prohibited by the terms of this contract: (1) Assure that the Contractor performs the technical requirements of the contract in accordance with the contract terms, conditions, and specifications. (2) Perform, or cause to be performed, inspections necessary in connection with (a) above and require the Contractor to correct all deficiencies; perform acceptance for the Government. (3) Maintain all liaison and direct communications with the Contractor. Written communications with the Contractor and documents shall be signed as "Contracting Officer's Technical Representative" with a copy furnished to the Contracting Officer.

26

(4) Issue written interpretations of technical requirements of Government drawings, designs, and specifications. (5) Monitor the Contractor's production or performance progress and notify the Contractor in writing of deficiencies observed during surveillance, and direct appropriate action to effect correction. Record and report to the Contracting Officer incidents of faulty or nonconforming work, delays or problems. (6) Obtain necessary security clearance and appropriate identification if access to Government facilities is required. If to be provided, ensure that Government furnished property is available when required. LIMITATIONS: The COTR is not empowered to award, agree to, or sign any contract (including delivery or purchase orders) or modifications thereto, or in any way to obligate the payment of money by the Government. The COTR may not take any action which may impact on the contract schedule, funds, scope or rate of utilization of Level of Effort (LOE). All contractual agreements, commitments, or modifications which involve prices, quantities, quality, or schedules shall be made only by the Contracting Officer. (c) In the separately-issued COTR designation letter, the Contracting Officer designates an alternate COTR to act in the absence of the designated COTR, in accordance with the terms of the letter. (d) Contractual Problems: Contractual problems of any nature that may arise during the life of the contract must be handled in conformance with specific public laws and regulations (i.e. Federal Acquisition Regulation (FAR) and Agency for International Development Acquisition Regulation (AIDAR)). The Contractor and the COTR shall bring all contracting problems to the immediate attention of the Contracting Officer. Only the Contracting Officer is authorized to formally resolve such problems. The Contracting Officer will be responsible for resolving legal issues, determining contract scope and interpreting contract terms and conditions. The Contracting Officer is the sole authority authorized to approve changes in any of the requirements under this contract. Notwithstanding any clause contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. These changes include, but will not be limited to, the following areas: scope of work, price, quantity, technical specifications, delivery schedules, and contract terms and conditions. In the event the Contractor effects any changes at the direction of any other person other than the Contracting Officer, the change will be considered to have been made without authority. (e) Failure by the Contractor to report to the contracting office any action by the Government considered to be a change, within the specified number of days contained in FAR 52.243-7 (Notification of Changes), waives the Contractor's right to any claims for equitable adjustments. (f) In case of a conflict between this contract and the COTR designation letter, the contract prevails. [END OF SECTION G]

27

SECTION H - SPECIAL CONTRACT REQUIREMENTS H.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE" in Section I of this contract. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. NUMBER TITLE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) AIDAR 48 CFR Chapter 7 752.7027 PERSONNEL DEC 1990 DATE

H.2 NONEXPENDABLE PROPERTY PURCHASES AND INFORMATION TECHNOLOGY RESOURCES The Contractor is hereby authorized to purchase the following equipment and/or resources: [List equipment and/or resources - TBD] H.3 AIDAR 752.7007 PERSONNEL COMPENSATION (July 2007)

(a) Direct compensation of the Contractors personnel will be in accordance with the Contractors established policies, procedures, and practices, and the cost principles applicable to this contract. (b) Reimbursement of the employees base annual salary plus overseas recruitment incentive, if any, which exceed the USAID Contractor Salary Threshold (USAID CST) stated in USAID Automated Directives System (ADS) Chapter 302 USAID Direct Contracting, must be approved in writing by the Contracting Officer, as prescribed in 731.205-6(b) or 731.371(b), as applicable.

28

H.4

ADDITIONAL REQUIREMENTS FOR PERSONNEL COMPENSATION (a) Limitations:

(1) Salaries and wages may not exceed the Contractor's established policy and practice, including the Contractor's established pay scale for equivalent classifications of employees, which shall be certified to by the Contractor. Nor may any individual salary or wage, without approval of the Cognizant Contracting Officer, exceed the employee's current salary or wage, or the highest rate of annual salary or wage received during any full year of the immediately preceding three (3) years. (2) In addition, there is a ceiling on the reimbursable base salary or wage paid to personnel under the Contract equivalent to the maximum annual salary rate specified in 'AIDAR 752.7007 Personnel Compensation' in Section H above unless an advance written waiver is granted by the Contracting Officer prior to contract award. (b) Salaries During Travel Salaries and wages paid while in travel status will not be reimbursed for a travel period greater than the time required for travel by the most direct and expeditious air route. (c) Return of Overseas Employees Salaries and wages paid to an employee serving overseas who is discharged by the Contractor for misconduct, inexcusable nonperformance, or security reasons will in no event be reimbursed for a period which extends beyond the time required to return him promptly to his point of origin by the most direct and expeditious air route. (d) Annual Salary Increases One annual salary increase (includes promotional increase) of not more than [___] percent may be granted after the employee's completion of each twelve month period of satisfactory services under the contract. Annual salary increases of any kind exceeding these limitations or exceeding the maximum salary in 'AIDAR 752.7007 Personnel Compensation' in Section H may be granted only with the advance written approval of the Contracting Officer. (e) Definitions As used herein, the terms "Salaries," "Wages," and "Compensation" mean the periodic remuneration received for professional or technical services rendered, exclusive of any of the differentials or allowances defined in the clause of this contract entitled "Differentials and Allowances" (AIDAR 752.7028), unless otherwise stated. The term "compensation" includes payments for personal services (including fees and honoraria). It excludes earnings from sources other than the individual's professional or technical work, overhead, or other charges. H.5 GOVERNMENT PROPERTY

With respect to nonexpendable equipment purchased by the Contractor hereunder, the contractor shall comply with all requirements of the clauses of this contract entitled "Government Property " (FAR 52.245-1) "Government Property -AID Reporting Requirements" (AIDAR 752.245-70), and Title To and Care of Property" (AIDAR 752-245-71). The Government will provide the necessary communications equipment, servers, computers and storage media to process the website and documents described in this statement of work. The contractor will be responsible for the maintenance of equipment located outside the USAID Offices at the Ronald Reagan Building. 29

H.6

LANGUAGE REQUIREMENTS

All Key Personnel must be proficient in English. Any additional contractor personnel and/or consultants shall have English and foreign language proficiency as needed to perform technical services. USAID reserves the right to test proposed individuals to ensure that they have the language capability required. H.7 LOGISTIC SUPPORT

The Contractor shall be responsible for furnishing all logistic support in the United States and overseas unless otherwise stated in the contract. H.8 SUBCONTRACTING PLAN REPORT FOR INDIVIDUAL CONTRACTS AND SUMMARY CONTRACTING REPORT The Contractor's subcontracting plan dated [insert date] is hereby incorporated as a material part of this contract. In accordance with FAR 52.219-9, SF 294 and SF 295 shall be forwarded to the following address: U.S. Agency for International Development Office of Small and Disadvantaged Business Utilization Room 5.08 RRB Washington, D.C. 20523 H.9 SUBCONTRACTING CONSENT

Approved Subcontractors: The following list constitutes the approved subcontractors under this contract: [TBD at time of award] H.10 EXECUTIVE ORDER ON TERRORISM FINANCING (MARCH 2002)

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 responsibility of the contractor to ensure compliance with these Executive Orders and laws. This provision must be included in all subcontracts/subawards issued under this contract. H.11 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JULY 2007) (a) Before a contractor (or a contractor employee) may obtain a USAID ID (new or replacement) authorizing him/her routine access to USAID facilities, or logical access to USAIDs information systems, the individual must provide two forms of identity source documents in original form and a passport size photo. One identity source document must be a valid Federal or state government-issued picture ID. (Overseas foreign nationals must comply with the requirements of the Regional Security Office.) USAID/Washington contractors must contact the USAID Security Office to obtain the list of acceptable forms of documentation, and contractors working in overseas Missions must obtain the acceptable documentation list from the Regional Security Officer. Submission of these documents, and related background checks, are mandatory in order for the contractor to receive a building access ID, and before access will be granted to any of USAIDs information systems. All contractors must physically present these two source documents for identity proofing at their USAID/Washington or Mission Security Briefing. The contractor or his/her Facilities Security Officer must return any issued building access ID and remote authentication token to USAID custody upon termination of the individuals employment with the contractor or completion of the contract, whichever occurs first. 30

(b) The contractor must comply with all applicable HSPD-12 and PIV procedures, as described above, and any subsequent USAID or government-wide HSPD-12 and PIV procedures/policies, including any subsequent related USAID General Notices, Office of Security Directives and/or Automated Directives System (ADS) policy directives and required procedures. This includes HSPD-12 procedures established in USAID/Washington and those procedures established by the overseas Regional Security Office. (c) The contractor is required to include this provision in any subcontracts that require the subcontractor or subcontractor employee to have routine physical access to USAID space or logical access to USAIDs information systems. H.12 AAPD 04-17 USAID DISABILITY POLICY - ACQUISITION (DEC 2004) (a) The objectives of the USAID Disability Policy are (1) to enhance the attainment of United States foreign assistance program goals by promoting the participation and equalization of opportunities of individuals with disabilities in USAID policy, country and sector strategies, activity designs and implementation; (2) to increase awareness of issues of people with disabilities both within USAID programs and in host countries; (3) to engage other U.S. government agencies, host country counterparts, governments, implementing organizations and other donors in fostering a climate of nondiscrimination against people with disabilities; and (4) to support international advocacy for people with disabilities. The full text of the policy paper can be found at the following website: http://www.usaid.gov/about_usaid/disability/. (b) USAID therefore requires that the contractor not discriminate against people with disabilities in the implementation of USAID programs and that it make every effort to comply with the objectives of the USAID Disability Policy in performing this contract. To that end and within the scope of the contract, the contractors actions must demonstrate a comprehensive and consistent approach for including men, women and children with disabilities. H.13 USAID IMPLEMENTATION OF SECTION 508 OF THE REHABILITATION ACT OF 1973 AND FEDERAL ACQUISITION CIRCULAR (FAC) 97-27 "ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY Contractor shall comply with USAID Implementation of Section 508 of the Rehabilitation Act of 1973 and Federal Acquisition Circular (FAC) 97-27 "Electronic and Information Technology Accessibility. Further information on Section 508 is available via the Internet at: http://www.section508.gov H.14 INFORMATION SYSTEM SECURITY (ISS) GENERAL

(a) Designation of the Information System Security Officer. The Contracting Officer hereby designates [_____TBD________], located at [______TBD________], as the Information System Security Officer responsible for information system security for this system. (b) The contractor is responsible for the information system security of all systems used by the contractor, and connected to USAID networks, or operated by the contractor for USAID, regardless of location. The policy governing these responsibilities is USAID Automated Directives System (ADS) Chapter 545, Information Systems Security. (c) The contractor must not use or redistribute any USAID information processed, stored, or transmitted by the contractor except as specified in the contract. (d) All contractor personnel requiring access to USAID information systems, networks, or data must comply with the USAID Personnel Security Requirements for Access to Unclassified Information Systems policy requirements of the USAID Automated Directive System (ADS) Chapter 545. Contractor supervisors must ensure a sufficient separation of duties to prevent a single individual from committing fraud with, or abusing, USAID systems or data. Contractor 31

personnel shall also have access only to that information required for their tasks. Contractors must therefore request and enforce only those facility and information system accesses that are essential for each individuals job performance. (e) All contractor personnel with access to USAID information systems, networks, or data must complete a USAID-approved computer security awareness class and accept the requirements of the USAID ISS rules of behavior before being granted access to USAID systems, and annually thereafter. (f) All contractor personnel must complete the security processes and meet the requirements specified by the USAID Office of Security for the sensitivity or classification level of the information for which they will require access. H.15 CONFLICTS OF INTEREST

(a) It is understood and agreed that some of the work required hereunder may place the Contractor, or its personnel or its subcontractors or their personnel (hereinafter referred to collectively as "Contractor"), in the position of having a potential personal or organizational conflict of interest (OCI), i.e., because of other activities or relationships with other persons, (1) the Contractor is unable or potentially unable to render impartial assistance or advice; or (2) the Contractor's objectivity in performing the contract is or might be impaired; or (3) the Contractor may receive an unfair competitive advantage; or (4) the Contractor may have a financial or other personal interest which would or potentially would impair his/her objectivity and/or from which he/she would improperly benefit. Further discussion of OCIs may be found in FAR 9.5. (b) The performance/actions of personnel under this contract will be imputed to the Contractor (or subcontractor) by whom they are employed or retained, and the performance/actions of any subcontractor will be imputed to the Contractor, unless the Contractor, on a case-by-case basis, can demonstrate otherwise and satisfy the Contracting Officer that such imputation is unreasonable. (c) In accordance with the clause of this contract entitled "Organizational Conflicts of Interest Discovered After Award" (AIDAR 752.209-71), the Contractor agrees not to undertake any activity which may involve a personal conflict of interest or an OCI without first notifying the Contracting Officer of such potential conflict and receiving the Contracting Officer's authorization to undertake that activity. (d) If the potential conflict relates to performance of the work hereunder (e.g., where the Contractor is to evaluate an activity in which the Contractor had some previous involvement, thereby rendering the Contractor unable or potentially unable to provide impartial assistance or advice, or impairing or potentially impairing the Contractor's objectivity), and the Contracting Officer cannot neutralize, mitigate, or avoid the conflict, the Contracting Officer may decline to authorize performance of that work by the Contractor. (e) If the potential conflict relates to future activities (e.g., where the Contractor is to perform a needs assessment, feasibility study, or design/development of a project or activity to be procured under another contract for which the Contractor will or might compete or which may be awarded noncompetitively to the Contractor, thereby potentially providing an unfair competitive advantage to the Contractor, and/or rendering the Contractor unable or potentially unable to provide impartial assistance or advice, or impairing or potentially impairing the Contractor's objectivity; or where the work under this contract might affect the personal or financial interests of the Contractor), the Contracting Officer may decline to authorize performance of that work by the Contractor or, if such work is authorized, the Contracting Officer may place restrictions on the Contractor's future activities, as permitted by FAR 9.5., and as necessary to neutralize, mitigate, or avoid the potential conflict. (f) The Contracting Officer's approval to undertake such activities, if given, may be based on the Contracting Officer's determination that a significant potential conflict does not exist or does not appear to exist, or may be conditioned on the acceptance by the Contractor of restrictions on the Contractor's future activities. If restrictions are to be placed on future activities, the Contractor may decline to perform the work. 32

(g) If it is discovered that the Contractor engaged in any activities which constitute a potential or actual conflict without having first obtained the Contracting Officer's approval to undertake such activities; or if it is subsequently discovered that, notwithstanding the Contracting Officer's authorization to undertake the activity based on his/her initial determination that no significant potential conflict existed or appeared to exist, a conflict did, in fact exist or arise, restrictions, as permitted by FAR 9.5, on the Contractor's future activities may be placed unilaterally by the Contracting Officer for this contract or the Contracting Officer for such other contract as may be involved in the conflict, and other remedies (including termination of this contract for default, debarment or suspension, and those permitted by the clauses of this contract entitled "Cancellation, Recission, and Recovery of Funds for Illegal or Improper Activity" (FAR 52.203-8) and "Price or Fee Adjustment for Illegal or Improper Activity" [FAR 52.203-10]), may be taken by USAID. (h) If it is discovered that the Contractor engaged in any activities in violation of the restrictions placed by a Contracting Officer on the Contractor's future activities, other remedies (including termination of this contract for default, debarment or suspension, and those permitted by the clauses of this contract entitled "Cancellation, Recission, and Recovery of Funds for Illegal or Improper Activity" (FAR 52.203-8) and "Price or Fee Adjustment for Illegal or Improper Activity" [FAR 52.203-10]), may be taken by USAID. (i) Nothing in this provision precludes the application of any other remedies available to USAID by law, regulation, or other provisions of this contract. H.16 AIDAR 752.7032 INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION REQUIREMENTS AND AIDAR 752.7027 PERSONNEL In accordance with the above mentioned clauses, the Contracting Office hereby provides prior written approval for international travel provided that concurrence with the assignment of individuals outside the United States is obtained by the contractor in writing from the COTR prior to their assignment abroad, which must be within the terms of this contract, is subject to availability of funds, and shall not be construed as authorization either to increase the estimated cost or to exceed the obligated amount (see Section B). The Contractor shall retain for audit purposes a copy of each travel concurrence. H.17 AIDAR 752.225-70 SOURCE, ORIGIN AND NATIONALITY REQUIREMENTS (FEB 1997) (a) Except as may be specifically approved by the Contracting Officer, all commodities (e.g., equipment, materials, vehicles, supplies) and services (including commodity transportation services) which will be financed under this contract with U.S. dollars shall be procured in accordance with the requirements in 22 CFR Part 228, "Rules on Source, Origin and Nationality for Commodities and Services Financed by USAID." The authorized source for procurement is Geographic Code 935 unless otherwise specified in the schedule of this contract. Guidance on eligibility of specific goods or services may be obtained from the Contracting Officer. (b) Ineligible goods and services. The Contractor shall not procure any of the following goods or services under this contract: (1) Military equipment (2) Surveillance equipment (3) Commodities and services for support of police and other law enforcement activities (4) Abortion equipment and services (5) Luxury goods and gambling equipment, or (6) Weather modification equipment. 33

(c) Restricted goods. The Contractor shall not procure any of the following goods or services without the prior written approval of the Contracting Officer: (1) Agricultural commodities, (2) Motor vehicles, (3) Pharmaceuticals and contraceptive items (4) Pesticides, (5) Fertilizer, (6) Used equipment, or (7) U.S. government-owned excess property. If USAID determines that the Contractor has procured any of these specific restricted goods under this contract without the prior written authorization of the Contracting Officer, and has received payment for such purposes, the Contracting Officer may require the contractor to refund the entire amount of the purchase. H.18 AUTHORIZED GEOGRAPHIC CODE

The authorized geographic code for procurement of goods and services under this contract is 935. H.19 INSURANCE AND SERVICES

(a) Pursuant to AIDAR 752.228-3 Worker's Compensation Insurance (Defense Base Act), to obtain DBA insurance contractors are to contact Allied World Assurance Company. Allied World Assurance Company is the only insurance underwriter authorized to write DBA insurance under USAID contracts as of March 1, 2010. To obtain DBA insurance, contractors are to contact Allieds agent, Aon Risk Insurance Services West, Inc. at: (A) 199 Fremont St, Suite 1700, San Francisco, CA 94105 Primary contact: Fred Robinson Phone (415) 486-7516 Secondary contact: or Gloria Richardson Phone (415) 486-7563

(B) 1120 20th St, NW, Suite 600, Washington DC 20036 Primary contact: Ellen Rowan Phone (202) 862-5306 Secondary contact: Chris Thompson Phone (202) 862-5302 H.20 REPORTING OF FOREIGN TAXES

(a) Annual Report. The [Contractor/grantee] must annually submit a report on or before November 17 for each foreign country on the amount of foreign taxes charged, as of September 30 of the same year, by a foreign government on commodity purchase transactions valued at USD500 or more financed with U.S. foreign assistance funds under this [contract/grant] during the prior U.S. fiscal year, and the amount reimbursed by the foreign government. [Reports are required even if the Contractor/grantee did not pay any taxes during the reporting period.] (b) Terms. For purposes of this clause: (i) "Agreement" includes USAID direct and country contracts, grants, cooperative agreements and interagency agreements; (ii) "Commodity" means any material, article, supplies, goods, or equipment; (iii) "Foreign government" includes any foreign governmental entity; 34

(iv) "Foreign taxes" means value-added taxes and custom duties assessed by a foreign government on a commodity. It does not include foreign sales taxes. (c) Where. Submit the reports to: Mission Controller USAID Afghanistan Great Massoud Road, Kabul, Afghanistan (d) Contents of Report. The reports must contain: (i) The Contractor/grantee name; (ii) contact name with phone, fax and email; (iii) agreement number(s) if reporting by agreement(s); (iv) amount of foreign taxes assessed for each foreign government. (v) amount of any foreign taxes reimbursed by each foreign government.

(e) Subagreements. The Contractor must include this reporting requirement in all applicable subcontracts, subgrants and other subagreements. (f) For further information see http://www.state.gov/m/rm/c10443.htm. H.21 LIFE SUPPORT AND SECURITY SERVICES

The Contractor shall be self supporting. The Contractor is required to provide all life support, communications, transportation of material, personnel and equipment to work sites unless otherwise specified in the contract. In addition, the Contractor is responsible for maintaining the security of its personnel, materials and equipment commensurate with the circumstances involved. All employees of the Contractor must meet the requirements of their work-site which may include background checks, security/restricted area clearance, drug-free workplace, safety training and/or other inspections/requirements. The contractor shall be properly registered and licensed with the appropriate GIRoA/USG authorities. This requirement shall also be binding to any sub-contract/grant arrangements entered into by the contractor. H.22 MEDICAL EVACUATION (MEDEVAC) SERVICES, AIDAR 752.228-70 (JULY 2007) (Pursuant to class deviation OAA-DEV-2006-1c) (a) Contractors must provide MEDEVAC service coverage to all U.S. citizen, U.S. resident alien, and Third Country National employees and their authorized dependents (hereinafter individual) while overseas under a USAID-financed direct contract. USAID will reimburse reasonable, allowable, and allocable costs for MEDEVAC service coverage incurred under the contract. The Contracting Officer will determine the reasonableness, allowability, and allocability of the costs based on the applicable cost principles and in accordance with cost accounting standards. (b) Exceptions. (i) The Contractor is not required to provide MEDEVAC insurance to eligible employees and their dependents with a health program that includes sufficient MEDEVAC coverage as approved by the Contracting Officer. (ii) The Mission Director may make a written determination to waive the requirement for such coverage. The determination must be based on findings that the quality of local medical services or other circumstances obviate the need for such coverage for eligible employees and their dependents located at post. (c)Contractor must insert a clause similar to this clause in all subcontracts that require performance by contractor employees overseas. 35

H.23

GRANTS UNDER CONTRACTS (GUCS) ADS 302.3.4.8

Subject to the conditions discussed below, the Contracting Officer (CO) may enter into a direct contract that allows the contractor to execute grants with non-governmental organizations (non-profits or for-profits). The grant program under the GUCs authority must meet the following conditions: (1) The total value of an individual grant to a U.S. organization must not exceed $100,000. (This limitation does not apply to grant awards to non-U.S. organizations.) (2) It is not feasible to accomplish USAID objectives through normal USAID contract and grant awards because either (a) Executing a number of small grant activities is particularly difficult for the responsible USAID Mission or office, or (b) The grant program is incidental and relatively small in comparison to the other technical assistance activities of the contractor. (3) USAID must be significantly involved in establishing the selection criteria and must approve the offerors. USAID may be less significantly involved when grants are quite small and are incidental to the contractor's technical activities. (4) USAID must ensure that the requirements that apply to USAID-executed grants will also apply to grants that a USAID contractor executes. (5) USAID must retain within the contract the ability to terminate the grant activities unilaterally in extraordinary circumstances. USAID does not authorize contractors to execute or administer cooperative agreements on its behalf. Nor does USAID require HCA approval when a contractor will only be managing or administering grants already awarded by USAID. H. 24 752.7101 VOLUNTARY POPULATION PLANNING ACTIVITIES (JUNE 2008) (a) Requirements for Voluntary Sterilization Program. None of the funds made available under this contract shall be used to pay for the performance of involuntary sterilization as a method of family planning or to coerce or provide any financial incentive to any individual to practice sterilization. (b) Prohibition on Abortion-Related Activities. (1) No funds made available under this contract will be used to finance, support, or be attributed to the following activities: (i) procurement or distribution of equipment intended to be used for the purpose of inducing abortions as a method of family planning; (ii) special fees or incentives to any person to coerce or motivate them to have abortions; (iii) payments to persons to perform abortions or to solicit persons to undergo abortions; (iv) information, education, training, or communication programs that seek to promote abortion as a method of family planning; and (v) lobbying for or against abortion. The term motivate, as it relates to family planning assistance, shall not be construed to prohibit the provision, consistent with local law, of information or counseling about all pregnancy options. (2) No funds made available under this contract will be used to pay for any biomedical research which relates, in whole or in part, to methods of, or the performance of, abortions or involuntary sterilizations as a means of family planning. Epidemiologic or descriptive research to assess the incidence, extent or consequences of abortions is not precluded. (c) The Contractor shall insert this provision in all subcontracts.

36

H.20

HOMELAND SECURITY PRESIDENTIAL DIRECTIVE-12 (HSPD-12) (September 2006)

In response to the general threat of unauthorized access to federal facilities and information systems, the President issued Homeland Security Presidential Directive-12. HSPD-12 requires all Federal agencies to use a common Personal Identity Verification (PIV) standard when identifying and issuing access rights to users of Federally-controlled facilities and/or Federal Information Systems. USAID will begin issuing HSPD-12 smart card IDs to applicable contracts, using a phased approach. Effective October 27, 2006, USAID will begin issuing new smart card IDs to new contractors (and new contractor employees) requiring routine access to USAID controlled facilities and/or access to USAIDs information systems. USAID will begin issuance of the new smart card IDs to existing contractors (and existing contractor employees) on October 27, 2007. (Exceptions would include those situations where an existing contractor (or contractor employee) loses or damages his/her existing ID and would need a replacement ID prior to Oct 27, 2007. In those situations, the existing contractor (or contractor employee) would need to follow the PIV processes described below, and be issued one of the new smart cards.) Accordingly, before a contractor (including a PSC* or a contractor employee) may obtain a USAID ID (new or replacement) authorizing him/her routine access to USAID facilities, or logical access to USAIDs information systems, the individual must provide two forms of identity source documents in original form and a passport size photo. One identity source document must be a valid Federal or state government-issued picture ID. (Overseas foreign nationals must comply with the requirements of the Regional Security Office.) USAID/W contractors must contact the USAID Security Office to obtain the list of acceptable forms of documentation, and contractors working in overseas Missions must obtain the acceptable documentation list from the Regional Security Officer. Submission of these documents, and related background checks, are mandatory in order for the contractor to receive a building access ID, and before access will be granted to any of USAIDs information systems. All contractors must physically present these two source documents for identity proofing at their USAID/W or Mission Security Briefing. The contractor or his/her Facilities Security Officer must return any issued building access ID and remote authentication token to USAID custody upon termination of the individuals employment with the contractor or completion of the contract, whichever occurs first. The contractor must comply with all applicable HSPD-12 and PIV procedures, as described above, and any subsequent USAID or government-wide HSPD-12 and PIV procedures/policies, including any subsequent related USAID General Notices, Office of Security Directives and/or Automated Directives System (ADS) policy directives and required procedures. This includes HSPD-12 procedures established in USAID/Washington and those procedures established by the overseas Regional Security Office. In the event of inconsistencies between this clause and later issued Agency or government-wide HSPD-12 guidance, the most recent issued guidance should take precedence, unless otherwise instructed by the Contracting Officer. The contractor is required to include this clause in any subcontracts that require the subcontractor or subcontractor employee to have routine physical access to USAID space or logical access to USAIDs information systems.

H.26

USE OF SYNCHRONIZED PRE-DEPLOYMENT AND OPERATIONAL 37

TRACKER (SPOT) FOR CONTRACTORS SUPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED STATES (SUPPLEMENT TO FAR 52.225-19) In accordance with paragraph (g) Personnel Data, of FAR clause 52.225-19 Contractor Personnel in a Designated Operational Area of Supporting a Diplomatic or Consular Mission Outside the United States (MAR 2008), the Contracting Officer hereby identifies DoDs Synchronized Pre-deployment and Operational Tracker (SPOT) as the required system to use for this contract in Afghanistan. In accordance with Section 861 of the FY08 National Defense Authorization Act (FY08 NDAA), P.L. 110-181, USAID and the Departments of Defense (DOD) and State (DOS) have entered into a Memorandum of Understanding (MOU) under which USAID has agreed to establish a common database including information on contractors and contractor personnel performing work in Afghanistan. The MOU identifies SPOT as the common database to serve as the repository for this information. Information with regard to Afghan nationals will be entered under procedures provided separately by the Contracting Officer. All contractor personnel must be accounted for in SPOT. Those requiring SPOT-generated Letters of Authorization (LOAs) must be entered into SPOT before being deployed to Afghanistan. If individuals requiring LOAs are already in Afghanistan at the time the contractor engages them or at the time of contract award, the contractor must immediately enter into SPOT each individual upon his or her becoming an employee or consultant under the contract. Contract performance may require the use of armed private security contractor personnel (PSCs). PSCs will be individually registered in SPOT. Personnel that do not require LOAs will still be required to be entered into SPOT for reporting purposes, either individually or using an aggregate tally methodology. Procedures for using SPOT are available at http://www.dod.mil/bta/products/spot.html. Further guidance may be obtained from the Contracting Officers Technical Representative or the Contracting Officer. It is emphasized that SPOT applies to sub-awards and that this provision must be included in all sub-awards at any tier. H.27 EMERGENCY LOCATOR INFORMATION (July 1997)

The Contractor agrees to provide the following information to the Mission Administrative Officer on or before the arrival in the host country of every contract employee or dependent: (1) The individuals full name, home address, and telephone number. (2) The name and number of the contract, and whether the individual is an employee or dependent. (3) The contractors name, home office address, and telephone number, including any after-hours emergency number(s), and the name of the contractors home office staff member having administrative responsibility for the contract. (4) The name, address, and telephone number(s) of each individuals next of kin. (5) Any special instructions pertaining to emergency situations such as power of attorney designees or alternate contact persons. H.28 SERIOUS INCIDENT REPORTING IN AFGHANISTAN (DEC 2010)

The implementing partner is responsible for reporting all serious incidents during performance of the award. This reporting shall apply to the prime implementing partner and all sub-awardees regardless of the tier (subs of subs and 38

lower, etc). In addition to reporting, the prime is responsible for ensuring timely investigation of all serious incidents and maintaining on file all records of reported serious incidents. A serious incident is defined as any of the following against an employee paid for with US Government funding or on a USAID funded worksite regardless of the tier of the employee: 1. Death of an individual. 2. Discharge of a firearm with the intent to cause bodily injury or the use of an instrument with the intent of causing serious bodily harm to an employee 3. The detention of an employee against their will. Implementing partners shall provide initial notification to the USAID Safety and Security Office (SSO), either orally or by email, of any serious incident as soon as practical if it practical if it cannot be done immediately. The emails shall be sent to: Kabul AID SSO@usaid.gov This notification must provide as many details as are known at the time about of the incident. Within 24 hours of the incident, the implementing partner shall submit a more formal written incident report. The prime partner shall provide the report to the SSO and will concurrently send a copy to the USAID Cognizant Contracting/Agreement Officers Technical Representative (C/AOTR) and the Contracting/Agreement Officer (C/AO). The initial written report shall include the award number, the name of the company, location where the incident occurred (Lat/Lon or MGRS), time when the incident occurred, a brief description of the events of the incident, details about any known casualties and a point of contact for the company. The implementing partner shall provide a follow-up comprehensive written report of events surrounding the incident within 96 hours when greater details are known. Additionally, if a serious incident which involves an employee wounded in action (WIA) who later succumbs of the wound (s), the partner shall notify the SSO within 24 hours of the death of the individual. H.29 GENDER INTEGRATION REQUIREMENTS (DEC 2010)

USAID programs must address the needs and protect the rights of women and girls in Afghanistan. Therefore, USAID requires contractors to undertake efforts to prevent discrimination and violence against women and girls, provide economic and leadership opportunities, increase participation of women in the political process, improve security for women and girls, promote education, health and well-being, and other efforts designed to directly benefit women and girls. The Contractor shall integrate assistance to women into all aspects of development, planning, programming and implementation, as a part of this contract. Such integration shall contribute to the three pillars of development outlined in the ten-year National Action Plan for the Women of Afghanistan (NAPWA): 1) Security; 2) Government, Rule of Law, and Human Rights; and 3) Economic and Social Development. The Contractor shall establish the necessary implementation, management and reporting systems to separately track and report to USAID data on female beneficiaries and measurable impacts of activities intended to address the needs of women and girls. It is expected that the relevant indicators on female beneficiaries and impacts of activities on the needs of women and girls will vary by project. However, relevant indicators may include items such as: 1) the total number of women and girls supported through the contract on a quarterly basis through Afghan Info; 2) number of women accessing basic services, including education and health; 3) number of interventions leading to increased employment and economic opportunities for women, as well of number of beneficiaries; 4) number of interventions resulting in increased participation of women in government and civil society; 5) number of activities supporting legal rights and public access for women; and, 6) outcomes for women who have benefited from the contract. The Contractor shall refer to USAID/Afghanistans comprehensive Performance Management Plan (PMP) for complete list of gender indictors. To the extent possible, indicators applicable to the contract will be disaggregated by gender. [END OF SECTION H] 39

PART II CONTRACT CLAUSES SECTION I - CONTRACT CLAUSES I.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" in Section I of this contract. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. NUMBER TITLE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) DATE

52.202-1 52.203-3 52.203-5 52.203-6

DEFINITIONS. JUL 200) GRATUITIES. APR 198) COVENANT AGAINST CONTINGENT FEES. APR 198) RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT. SEP 2006 52.203-7 ANTI-KICKBACK PROCEDURES. JUL 1995 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY JAN 1997 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY. JAN 1997 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS. SEP 2000 52.203-14 DISPLAY OF HOTLINE POSTER DEC 2007 52.204-2 SECURITY REQUIREMENTS. AUG 1996 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER. AUG 2000 52.204-7 CENTRAL CONTRACTOR REGISTRATION APR 2008 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL SEP 2007 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARD JULY 2010 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT. SEP 2006 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS JAN 2011 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS JAN 2011 52.215-2 AUDIT AND RECORDSNEGOTIATION JUN 1999 52.215-8 ORDER OF PRECEDENCE - UNIFORM CONTRACT FORMAT. OCT 1997 52.215.10 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA OCT 2010 52.215.11 PRICE REDUCTION FOR DEFECTIVE COST OR 40

PRICING DATAMODIFICATIONS (OCT 2010) SUBCONTRACTOR COST OR PRICING DATA OCT 2010 SUBCONTRACTOR COST OR PRICING DATA MODIFICATIONS OCT 2010 52.215-14 INTEGRITY OF UNIT PRICES OCT 1997 52.215-22 LIMITATIONS ON PASS-THROUGH CHARGES IDENTIFICATION OF SUBCONTRACT EFFORT OCT 2009 52.215-23 LIMITATIONS ON PASS-THROUGH CHARGES OCT 2009 52.216-7 ALLOWABLE COST AND PAYMENT. DEC 2002 52.216-8 FIXED FEE. MAR 1997 52.217-2 CANCELLATION UNDER MULTIYEAR CONTRACT OCT 1997 52.217-5 EVALUATION OF OPTIONS JUL 1990 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS MAY 2004 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN APR 2008 ALTERNATE II OCT 2001 52.219-16 LIQUIDATED DAMAGES-SUBCONTRACTING PLAN JAN 1999 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES. (FEB 1997) 52.222-2 PAYMENT FOR OVERTIME PREMIUMS. (JUL 1990) 52.222-3 CONVICT LABOR JUN 2003 52.222-21 PROHIBITION OF SEGREGATED FACILITIES. FEB 1999 52.222-26 EQUAL OPPORTUNITY. MAR 2007 52.222-29 NOTIFICATION OF VISA DENIAL JUN 2003 52.222-35 EQUAL OPPORTUNITY FOR VETERANS. SEP 2010 52.222.36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES. OCT 2010 52.222.37 EMPLOYMENT REPORTS VETERANS. SEP 2010 52.222.38 COMPLIANCE WITH VETERMANS EMPOYMENT 52.222.39 REPORTING REQUIREMENTS SEPT 2010 52.222-41 SERVICE CONTRACT ACT OF 1965, AS AMENDED. NOV 2007 52.222.54 EMPOYMENT ELIGIBILITY VERIFICATION JAN 2009 52.223-6 DRUG-FREE WORKPLACE. MAY 2001 52.223-14 TOXIC CEMICAL RELEASE REPORTING AUG 2003 52.223-18 CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING SEPT 2010 52.224-1 PRIVACY ACT NOTIFICATION. APR 1984 52.224-2 PRIVACY ACT. APR 1984 52.225.13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES. JUNE 2008 52.225.19 CONTRACTOR PERSONNEL IN A DESIGNATED OPERATIONAL AREA OR SUPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED STATES MAR 2008 52.227-17 RIGHTS IN DATA SPECIAL WORKS DEC 2007 52.227-23 RIGHTS TO PROPOSAL DATA (TECHNICAL) JUN 1987 52.228-3 WORKERS COMPENSATION INSURANCE (DEFENSE BASE ACT) APR 1984 52.228-7 INSURANCE - LIABILITY TO THIRD PERSONS. MAR 1996 52.229-8 TAXESCOST-REIMBURSEMENT CONTRACTS WITH FOREIGN GOVERNMENTS MAR 1990 52.230-2 COST ACCOUNTING STANDARDS. OCT 2010 52.230-3 DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES OCT 2008 52.215-12 52.215-13 41

52.230.4

DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICESFOREIGN CONCERNS 52.230-6 ADMINISTRATION OF COST ACCOUNTING STANDARDS 52.232-9 LIMITATION ON WITHHOLDING OF PAYMENTS. 52.232-17 INTEREST. 52.232-18 AVAILABILITY OF FUNDS. 52.232-20 LIMITATION OF COST. 52.232-22 LIMITATION OF FUNDS. 52.232-23 ASSIGNMENT OF CLAIMS. 52.232-25 PROMPT PAYMENT. ALTERNATE I 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER CENTRAL CONTRACTOR REGISTRATION. 52.233-1 DISPUTES. ALTERNATE I 52.233.3 PROTEST AFTER AWARD. ALTERNATE I 52.233.4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM. 52.237-1 SITE VISIT. 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION. 52.237-3 CONTINUITY OF SERVICES. 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. 52.242-1 NOTICE OF INTENT TO DISALLOW COSTS. 52.242-3 PENALTIES FOR UNALLOWABLE COSTS. 52.242-4 CERTIFICATION OF FINAL INDIRECT COSTS. 52.242-13 BANKRUPTCY. 52.243-2 CHANGES - COST-REIMBURSEMENT. ALTERNATE I 52.243-7 NOTIFICATION OF CHANGES 52.244-2 SUBCONTRACTS ALTERNATE I 52.244-5 COMPETITION IN SUBCONTRACTING. 52.245-1 GOVERNMENT PROPERTY. 52.246-25 LIMITATION OF LIABILITY - SERVICES. 52.247-63 PREFERENCE FOR U.S.-FLAG AIR CARRIERS 52.249-6 TERMINATION (COST-REIMBURSEMENT). 52.249-14 EXCUSABLE DELAYS. 52.253-1 COMPUTER GENERATED FORMS. AIDAR 48 CFR Chapter 7 752.202-1 752.211-70 752.219-70 752.7001 752.7002 752.7003 752.7004 752.7006 752.7007 DEFINITIONS ALTERNATE 70 LANGUAGE AND MEASUREMENT USAID MENTOR-PROTEGE PROGRAM BIOGRAPHICAL DATA TRAVEL AND TRANSPORTATION DOCUMENTATION FOR PAYMENT EMERGENCY LOCATOR INFORMATION NOTICES PERSONNEL COMPENSATION 42

JUNE 2010 JUNE 2010 APR 1984 OCT 2010 APR 1984 APR 1984 APR 1984 JAN 1986 OCT 2008 OCT 2003 JUL 2002 DEC 1991 AUG 1996 JUN 1985 OCT 2004 APR 1984 APR 1984 JAN 1991 AUG 1996 APR 1984 MAY 2001 JAN 1997 JUL 1995 AUG 1987 APR 1984 APR 1984 OCT 2010 JUN 2007 DEC 1996 AUG 2010 FEB 1997 JUN 2003 MAY 2004 APR 1984 JAN 1991

JAN 1990 JAN 1990 JUNE 1992 JULY 2007 JULY 1997 JAN 1990 NOV 1998 JULY 1997 APR 1984 JULY 2007

752.7008 752.7009 752.7010 752.7011 752.7013 752.7014 752.7015 752.7018 752.7019 752.7023 752.7025 752.7027 752.7028 752.7029 752.7031 752.7032 752.7033 752.7034

USE OF GOVERNMENT FACILITIES OR PERSONNEL APR 1984 MARKING JAN 1993 CONVERSION OF U.S. DOLLARS TO LOCAL CURRENCY APR 1984 ORIENTATION AND LANGUAGE TRAINING APR 1984 CONTRACTOR-MISSION RELATIONSHIPS OCT 1989 NOTICE OF CHANGES IN TRAVEL REGULATIONS JAN 1990 USE OF POUCH FACILITIES JULY 1997 HEALTH AND ACCIDENT COVERAGE FOR USAID PARTICIPANT TRAINEES JAN 1999 PARTICIPANT TRAINING JAN 1999 REQUIRED VISA FORM FOR USAID PARTICIPANTS APR 1984 APPROVALS APR 1984 PERSONNEL DEC 1990 DIFFERENTIALS AND ALLOWANCES JULY 1996 POST PRIVILEGES JULY 1993 LEAVE AND HOLIDAYS OCT 1989 INTERNATIONAL TRAVEL AND NOTIFICATION REQUIREMENTS JAN 1990 PHYSICAL FITNESS JULY 1997 ACKNOWLEDGEMENT AND DISCLAIMER DEC 1991

43

I.3

COMMUNICATIONS PRODUCTS (OCT 1994)

(a) Definition - Communications products are any printed materials (other than non-color photocopy material), photographic services or video production services. (b) Standards - USAID has established standards for communications products. These standards must be followed unless otherwise specifically provided in the contract or approved in writing by the contracting officer. A copy of the standards for USAID financed publications and video productions is attached. (c) Communications products which meet any of the following criteria are not eligible for USAID financing under this agreement unless specifically authorized in the contract or in writing by the contracting officer: (1) All communications materials funded by operating expense account funds; (2) Any communication products costing over $25,000, including the costs of both preparation and execution. For example, in the case of a publication, the costs will include research, writing and other editorial services (including any associated overhead), design, layout and production costs. (3) Any communication products that will be sent directly to, or likely to be seen by, a Member of Congress or Congressional staffer; and (4) Any publication that will have more than 50 percent of its copies distributed in the United States (excluding copies provided to CDIE and other USAID/W offices for internal use. (d) The initial proposal must provide a separate estimate of the cost of every communications product as defined in paragraph (a) above [not just those which meet the criteria in paragraph (c)] which is anticipated under the contract. Each estimate must include all of the costs associated with preparation and execution of the product. Any subsequent request for approval of a covered communication product must provide the same type of cost information I.2 FAR 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (APR 2010) (a) Definitions. As used in this clause Agent means any individual, including a director, an officer, an employee, or an independent Contractor, authorized to act on behalf of the organization. Full cooperation (1) Means disclosure to the Government of the information sufficient for law enforcement to identify the nature and extent of the offense and the individuals responsible for the conduct. It includes providing timely and complete response to Government auditors and investigators' request for documents and access to employees with information; (2) Does not foreclose any Contractor rights arising in law, the FAR, or the terms of the contract. It does not require (i) A Contractor to waive its attorney-client privilege or the protections afforded by the attorney work product doctrine; or (ii) Any officer, director, owner, or employee of the Contractor, including a sole proprietor, to waive his or her attorney client privilege or Fifth Amendment rights; and (3) Does not restrict a Contractor from (i) Conducting an internal investigation; or (ii) Defending a proceeding or dispute arising under the contract or related to a potential or disclosed violation. 44

Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). Subcontract means any contract entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract. Subcontractor means any supplier, distributor, vendor, or firm that furnished supplies or services to or for a prime contractor or another subcontractor. United States, means the 50 States, the District of Columbia, and outlying areas. (b) Code of business ethics and conduct. (1) Within 30 days after contract award, unless the Contracting Officer establishes a longer time period, the Contractor shall (i) Have a written code of business ethics and conduct; and (ii) Make a copy of the code available to each employee engaged in performance of the contract. (2) The Contractor shall (i) Exercise due diligence to prevent and detect criminal conduct; and (ii) Otherwise promote an organizational culture that encourages ethical conduct and a commitment to compliance with the law. (3)(i) The Contractor shall timely disclose, in writing, to the agency Office of the Inspector General (OIG), with a copy to the Contracting Officer, whenever, in connection with the award, performance, or closeout of this contract or any subcontract thereunder, the Contractor has credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed (A) A violation of Federal criminal law involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18 of the United States Code; or (B) A violation of the civil False Claims Act (31 U.S.C. 3729-3733). (ii) The Government, to the extent permitted by law and regulation, will safeguard and treat information obtained pursuant to the Contractors disclosure as confidential where the information has been marked confidential or proprietary by the company. To the extent permitted by law and regulation, such information will not be released by the Government to the public pursuant to a Freedom of Information Act request, 5 U.S.C. Section 552, without prior notification to the Contractor. The Government may transfer documents provided by the Contractor to any department or agency within the Executive Branch if the information relates to matters within the organizations jurisdiction. (iii) If the violation relates to an order against a Governmentwide acquisition contract, a multi-agency contract, a multiple-award schedule contract such as the Federal Supply Schedule, or any other procurement instrument intended for use by multiple agencies, the Contractor shall notify the OIG of the ordering agency and the IG of the agency responsible for the basic contract. (c) Business ethics awareness and compliance program and internal control system. This paragraph (c) does not apply if the Contractor has represented itself as a small business concern pursuant to the award of this contract or if this contract is for the acquisition of a commercial item as defined at FAR 2.101. The Contractor shall establish the following within 90 days after contract award, unless the Contracting Officer establishes a longer time period: (1) An ongoing business ethics awareness and compliance program. (i) This program shall include reasonable steps to communicate periodically and in a practical manner the Contractors standards and procedures and other aspects of the Contractors business ethics awareness and compliance program and internal control system, by conducting effective training programs and otherwise disseminating information appropriate to an individuals respective roles and responsibilities. (ii) The training conducted under this program shall be provided to the Contractors principals and employees, and as appropriate, the Contractors agents and subcontractors. 45

(2) An internal control system. (i) The Contractors internal control system shall (A) Establish standards and procedures to facilitate timely discovery of improper conduct in connection with Government contracts; and (B) Ensure corrective measures are promptly instituted and carried out. (ii) At a minimum, the Contractors internal control system shall provide for the following: (A) Assignment of responsibility at a sufficiently high level and adequate resources to ensure effectiveness of the business ethics awareness and compliance program and internal control system. (B) Reasonable efforts not to include an individual as a principal, whom due diligence would have exposed as having engaged in conduct that is in conflict with the Contractors code of business ethics and conduct. (C) Periodic reviews of company business practices, procedures, policies, and internal controls for compliance with the Contractors code of business ethics and conduct and the special requirements of Government contracting, including (1) Monitoring and auditing to detect criminal conduct; (2) Periodic evaluation of the effectiveness of the business ethics awareness and compliance program and internal control system, especially if criminal conduct has been detected; and (3) Periodic assessment of the risk of criminal conduct, with appropriate steps to design, implement, or modify the business ethics awareness and compliance program and the internal control system as necessary to reduce the risk of criminal conduct identified through this process. (D) An internal reporting mechanism, such as a hotline, which allows for anonymity or confidentiality, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports. (E) Disciplinary action for improper conduct or for failing to take reasonable steps to prevent or detect improper conduct. (F) Timely disclosure, in writing, to the agency OIG, with a copy to the Contracting Officer, whenever, in connection with the award, performance, or closeout of any Government contract performed by the Contractor or a subcontract thereunder, the Contractor has credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed a violation of Federal criminal law involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18 U.S.C. or a violation of the civil False Claims Act (31 U.S.C. 3729-3733). (1) If a violation relates to more than one Government contract, the Contractor may make the disclosure to the agency OIG and Contracting Officer responsible for the largest dollar value contract impacted by the violation. (2) If the violation relates to an order against a Governmentwide acquisition contract, a multi-agency contract, a multiple-award schedule contract such as the Federal Supply Schedule, or any other procurement instrument intended for use by multiple agencies, the contractor shall notify the OIG of the ordering agency and the IG of the agency responsible for the basic contract, and the respective agencies contracting officers. (3) The disclosure requirement for an individual contract continues until at least 3 years after final payment on the contract. (4) The Government will safeguard such disclosures in accordance with paragraph (b)(3)(ii) of this clause. (G) Full cooperation with any Government agencies responsible for audits, investigations, or corrective actions. (d) Subcontracts. (1) The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts that have a value in excess of $5,000,000 and a performance period of more than 120 days. (2) In altering this clause to identify the appropriate parties, all disclosures of violation of the civil False Claims Act or of Federal criminal law shall be directed to the agency Office of the Inspector General, with a copy to the Contracting Officer. 46

I.3

FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION. (APR 2008) (a) Definitions. As used in this clause--

Central Contractor Registration (CCR) database means the primary Government repository for Contractor information required for the conduct of business with the Government. Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. Registered in the CCR database means that-(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record ``Active''. The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it shall contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number-(i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror shall be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). 47

(v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, shall be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate offeror other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. 48

I.4 FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL. (SEP 2007) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. I.5 FAR 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES. (OCT 1997) (a) The Contractor shall make the following notifications in writing: (1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Contracting Officer (CO) within 30 days. (2) The Contractor shall also notify the CO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership. (b) The Contractor shall (1) Maintain current, accurate, and complete inventory records of assets and their costs; (2) Provide the CO or designated representative ready access to the records upon request; (3) Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining useful lives are identified accurately before and after each of the Contractor's ownership changes; and (4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change. (c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k). I.6 FAR 52.217-8 OPTION TO EXTEND SERVICES. (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days. I.7 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within fifteen (15) days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. 49

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. I.8 FAR 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS. (JAN 2011)

(a) It is the policy of the United States that small business concerns, veteran owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concernsand women-owned small business concerns shall have the maximum practicable opportunity to participate in performing contracts let by any Federal agency, including contracts and subcontracts for subsystems, assemblies, components, and related services for major systems. It is further the policy of the United States that its prime contractors establish procedures to ensure the timely payment of amounts due pursuant to the terms of their subcontracts with small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns. (b) The Contractor hereby agrees to carry out this policy in the awarding of subcontracts to the fullest extent consistent with efficient contract performance. The Contractor further agrees to cooperate in any studies or surveys as may be conducted by the United States Small Business Administration or the awarding agency of the United States as may be necessary to determine the extent of the Contractors compliance with this clause. (c) Definitions. As used in this contractHUBZone small business concern means a small business concern that appears on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration. Servicedisabled veteran-owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is serviceconnected, as defined in 38 U.S.C. 101(16). Small business concern means a small business as defined pursuant to Section 3 of the Small Business Act and relevant regulations promulgated pursuant thereto. Small disadvantaged business concern means a small business concern that represents, as part of its offer that (1)(i) It has received certification as a small disadvantaged business concern consistent with 13 CFR part 124, Subpart B; (ii) No material change in disadvantaged ownership and control has occurred since its certification; (iii) Where the concern is owned by one or more individuals, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and 50

(iv) It is identified, on the date of its representation, as a certified small disadvantaged business in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, or (2) It represents in writing that it qualifies as a small disadvantaged business (SDB) for any Federal subcontracting program, and believes in good faith that it is owned and controlled by one or more socially and economically disadvantaged individuals and meets the SDB eligibility criteria of 13 CFR 124.1002. Veteran-owned small business concern means a small business concern (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned small business concern means a small business concern (1) That is at least 51 percent owned by one or more women, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d)(1) Contractors acting in good faith may rely on written representations by their subcontractors regarding their status as a small business concern, a veteran-owned small business concern, a service-disabled veteran-owned small business concern, a small disadvantaged business concern, or a women-owned small business concern. (2) The Contractor shall confirm that a subcontractor representing itself as a HUBZone small business concern is certified by SBA as a HUBZone small business concern by accessing the Central Contractor Registration (CCR) database or by contacting the SBA. Options for contacting the SBA include (i) HUBZone small business database search application web page at http://dsbs.sba.gov/dsbs/search/dsp_searchhubzone.cfm; or http://www.sba.gov/hubzone; (ii) In writing to the Director/HUB, U.S. Small Business Administration, 409 3rd Street, SW., Washington, DC 20416; or (iii) The SBA HUBZone Help Desk at hubzone@sba.gov. I.9 FAR 52.219-14 LIMITATIONS ON SUBCONTRACTING. (DEC 1996) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of 51

the contract, not including the cost of materials, with its own employees. I.10 FAR 52.219-25 SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM-DISADVANTAGED STATUS AND REPORTING. (DEC 2010) (a) Disadvantaged status for joint venture partners, team members, and subcontractors. This clause addresses disadvantaged status for joint venture partners, teaming arrangement members, and subcontractors and is applicable if this contract contains small disadvantaged business (SDB) participation targets. The Contractor shall obtain representations of small disadvantaged status from joint venture partners, teaming arrangement members, and subcontractors (see exception in paragraph (b) of this section) through use of a provision substantially the same as paragraph (b)(1)(i) of the provision at FAR 52.219-22, Small Disadvantaged Business Status. The Contractor shall confirm that a joint venture partner, team member, or subcontractor representing itself as a small disadvantaged business concern is a small disadvantaged business concern certified by the Small Business Administration by using the Central Contractor Registration database or by contacting the SBAs Office of Small Disadvantaged Business Certification and Eligibility. (b) For subcontractors that are not certified as a small disadvantaged business by the Small Business Administration, the Contractor shall accept the subcontractors written self-representation as a small disadvantaged business, unless the Contractor has reason to question the self-representation. (c) Reporting requirement. If this contract contains SDB participation targets, the Contractor shall report on the participation of SDB concerns at contract completion, or as otherwise pro-vided in this contract. Reporting may be on Optional Form 312, Small Disadvantaged Business Participation Report, in the Contractors own format providing the same information, or accomplished through using the Electronic Subcontracting Reporting Systems Small Disadvantaged Business Participation Report. This report is required for each contract containing SDB participation targets. If this contract contains an individual Small Business Subcontracting Plan, reports shall be submitted with the final Individual Subcontract Report at the completion of the contract. I.11 FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION. (APR 2009) (a) Definitions. As used in this clause Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after 52

modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/ services/contractingopportunities/ sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it ___ is, ___ is not a small business concern under NAICS Code _____ assigned to contract number _____. (Contractor to sign and date and insert authorized signer's name and title). I.12 FAR 52.222-39 NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING PAYMENT OF UNION DUES OR FEES. (DEC 2004) (a) Definition. As used in this clause-United States means the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island. (b) Except as provided in paragraph (e) of this clause, during the term of this contract, the Contractor shall post a notice, in the form of a poster, informing employees of their rights concerning union membership and payment of union dues and fees, in conspicuous places in and about all its plants and offices, including all places where notices to employees are customarily posted. The notice shall include the following information (except that the information pertaining to National Labor Relations Board shall not be included in notices posted in the plants or offices of carriers subject to the Railway Labor Act, as amended (45 U.S.C. 151-188)). Notice to Employees 53

Under Federal law, employees cannot be required to join a union or maintain membership in a union in order to retain their jobs. Under certain conditions, the law permits a union and an employer to enter into a union-security agreement requiring employees to pay uniform periodic dues and initiation fees. However, employees who are not union members can object to the use of their payments for certain purposes and can only be required to pay their share of union costs relating to collective bargaining, contract administration, and grievance adjustment. If you do not want to pay that portion of dues or fees used to support activities not related to collective bargaining, contract administration, or grievance adjustment, you are entitled to an appropriate reduction in your payment. If you believe that you have been required to pay dues or fees used in part to support activities not related to collective bargaining, contract administration, or grievance adjustment, you may be entitled to a refund and to an appropriate reduction in future payments. For further information concerning your rights, you may wish to contact the National Labor Relations Board (NLRB) either at one of its Regional offices or at the following address or toll free number: National Labor Relations Board Division of Information 1099 14th Street, N.W. Washington, DC 20570 1-866-667-6572 1-866-316-6572 (TTY) To locate the nearest NLRB office, see NLRB's website at http://www.nlrb.gov. (c) The Contractor shall comply with all provisions of Executive Order 13201 of February 17, 2001, and related implementing regulations at 29 CFR part 470, and orders of the Secretary of Labor. (d) In the event that the Contractor does not comply with any of the requirements set forth in paragraphs (b), (c), or (g), the Secretary may direct that this contract be cancelled, terminated, or suspended in whole or in part, and declare the Contractor ineligible for further Government contracts in accordance with procedures at 29 CFR part 470, Subpart B-Compliance Evaluations, Complaint Investigations and Enforcement Procedures. Such other sanctions or remedies may be imposed as are provided by 29 CFR part 470, which implements Executive Order 13201, or as are otherwise provided by law. (e) The requirement to post the employee notice in paragraph (b) does not apply to-(1) Contractors and subcontractors that employ fewer than 15 persons; (2) Contractor establishments or construction work sites where no union has been formally recognized by the Contractor or certified as the exclusive bargaining representative of the Contractor's employees; (3) Contractor establishments or construction work sites located in a jurisdiction named in the definition of the United States in which the law of that jurisdiction forbids enforcement of union-security agreements; (4) Contractor facilities where upon the written request of the Contractor, the Department of Labor Deputy Assistant Secretary for Labor-Management Programs has waived the posting requirements with respect to any of the Contractor's facilities if the Deputy Assistant Secretary finds that the Contractor has demonstrated that-(i) The facility is in all respects separate and distinct from activities of the Contractor related to the performance of a contract; and (ii) Such a waiver will not interfere with or impede the effectuation of the Executive order; or 54

(5) Work outside the United States that does not involve the recruitment or employment of workers within the United States. (f) The Department of Labor publishes the official employee notice in two variations; one for contractors covered by the Railway Labor Act and a second for all other contractors. The Contractor shall-(1) Obtain the required employee notice poster from the Division of Interpretations and Standards, Office of LaborManagement Standards, U.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5605, Washington, DC 20210, or from any field office of the Department's Office of Labor-Management Standards or Office of Federal Contract Compliance Programs; (2) Download a copy of the poster from the Office of Labor-Management Standards website at http://www.olms.dol.gov; or (3) Reproduce and use exact duplicate copies of the Department of Labor's official poster. (g) The Contractor shall include the substance of this clause in every subcontract or purchase order that exceeds the simplified acquisition threshold, entered into in connection with this contract, unless exempted by the Department of Labor Deputy Assistant Secretary for Labor-Management Programs on account of special circumstances in the national interest under authority of 29 CFR 470.3(c). For indefinite quantity subcontracts, the Contractor shall include the substance of this clause if the value of orders in any calendar year of the subcontract is expected to exceed the simplified acquisition threshold. Pursuant to 29 CFR part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures, the Secretary of Labor may direct the Contractor to take such action in the enforcement of these regulations, including the imposition of sanctions for noncompliance with respect to any such subcontract or purchase order. If the Contractor becomes involved in litigation with a subcontractor or vendor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States. I.13 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009)

(a) Definitions. As used in this clause Coercion means (1) Threats of serious harm to or physical restraint against any person; (2) Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an act would result in serious harm to or physical restraint against any person; or (3) The abuse or threatened abuse of the legal process. Commercial sex act means any sex act on account of which anything of value is given to or received by any person.

Debt bondage means the status or condition of a debtor arising from a pledge by the debtor of his or her personal services or of those of a person under his or her control as a security for debt, if the value of those services as reasonably assessed is not applied toward the liquidation of the debt or the length and nature of those services are not respectively limited and defined. Employee means an employee of the Contractor directly engaged in the performance of work under the contract who has other than a minimal impact or involvement in contract performance. Forced Labor means knowingly providing or obtaining the labor or services of a person (1) By threats of serious harm to, or physical restraint against, that person or another person; 55

(2) By means of any scheme, plan, or pattern intended to cause the person to believe that, if the person did not perform such labor or services, that person or another person would suffer serious harm or physical restraint; or (3) By means of the abuse or threatened abuse of law or the legal process. Involuntary servitude includes a condition of servitude induced by means of (1) Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not enter into or continue in such conditions, that person or another person would suffer serious harm or physical restraint; or (2) The abuse or threatened abuse of the legal process. Severe forms of trafficking in persons means (1) Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in which the person induced to perform such act has not attained 18 years of age; or (2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. Sex trafficking means the recruitment, harboring, transportation, provision, or obtaining of a person for the purpose of a commercial sex act. (b) Policy. The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not (1) Engage in severe forms of trafficking in persons during the period of performance of the contract; (2) Procure commercial sex acts during the period of performance of the contract; or (3) Use forced labor in the performance of the contract. (c) Contractor requirements. The Contractor shall (1) Notify its employees of (i) The United States Governments zero tolerance policy described in paragraph (b) of this clause; and (ii) The actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment; and (2) Take appropriate action, up to and including termination, against employees or subcontractors that violate the policy in paragraph (b) of this clause. (d) Notification. The Contractor shall inform the Contracting Officer immediately of (1) Any information it receives from any source (including host country law enforcement) that alleges a Contractor employee, subcontractor, or subcontractor employee has engaged in conduct that violates this policy; and (2) Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to this clause. (e) Remedies. In addition to other remedies available to the Government, the Contractors failure to comply with the requirements of paragraphs (c), (d), or (f) of this clause may result in (1) Requiring the Contractor to remove a Contractor employee or employees from the performance of the contract; (2) Requiring the Contractor to terminate a subcontract; (3) Suspension of contract payments; (4) Loss of award fee, consistent with the award fee plan, for the performance period in which the Government determined Contractor non-compliance; (5) Termination of the contract for default or cause, in accordance with the termination clause of this contract; or (6) Suspension or debarment. (f) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (f), in all subcontracts. (g) Mitigating Factor. The Contracting Officer may consider whether the Contractor had a Trafficking in Persons awareness program at the time of the violation as a mitigating factor when determining remedies. Additional information 56

about Trafficking in Persons and examples of awareness programs can be found at the website for the Department of States Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/g/tip.

I.14

FAR 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS. (DEC 2010)

(a) Definitions. As used in this clauseCommercial item has the meaning contained in Federal Acquisition Regulation 2.101, Definitions. Subcontract includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the Contractor or subcontractor at any tier. (b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial items or non-developmental items as components of items to be supplied under this contract. (c)(1) The Contractor shall insert the following clauses in subcontracts for commercial items: (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)), if the subcontract exceeds $5,000,000 and has a performance period of more than 120 days. In altering this clause to identify the appropriate parties, all disclosures of violation of the civil False Claims Act or of Federal criminal law shall be directed to the agency Office of the Inspector General, with a copy to the Contracting Officer. (ii) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5), if the subcontract is funded under the Recovery Act. (iii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), if the subcontract offers further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212(a)); (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O.13496), if flow down is required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (ix) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. App. 1241 and 10 U.S.C. 2631), if flow down is required in accordance with paragraph (d) of FAR clause 52.247-64). (2) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under this contract.

57

I.15 AIDAR 752.209-71 ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVERED AFTER AWARD. (JUN 1993) (a) The Contractor agrees that, if after award it discovers either an actual or potential organizational conflict of interest with respect to this contract, it shall make an immediate and full disclosure in writing to the Contracting Officer which shall include a description of the action(s) which the Contractor has taken or proposes to take to avoid, eliminate or neutralize the conflict. (b) The Contracting Officer shall provide the contractor with written instructions concerning the conflict. USAID reserves the right to terminate the contract if such action is determined to be in the best interests of the Government. I.16 752.204-2 SECURITY REQUIREMENTS

Pursuant to the Uniform State/USAID/USIA Regulations (Volume 12, Foreign Affairs Manual, Chapter 540), USAID applies the safeguards applicable to Confidential information to administratively controlled information designated as Sensitive But Unclassified. Therefore, when the clause in FAR 52.204-2 is used in USAID contracts, pursuant to section 704.404, paragraph (a) of the clause is revised as follows: (See 52.204) 84 (a) This clause applies to the extent that this contract involves access to classified (Confidential, Secret, or Top Secret), or administratively controlled (Sensitive But Unclassified) information. I.17 AIDAR 752.211-70 LANGUAGE AND MEASUREMENT. (JUN 1992)

(a) The English language shall be used in all written communications between the parties under this contract with respect to services to be rendered and with respect to all documents prepared by the contractor except as otherwise provided in the contract or as authorized by the contracting officer. (b) Wherever measurements are required or authorized, they shall be made, computed, and recorded in metric system units of measurement, unless otherwise authorized by USAID in writing when it has found that such usage is impractical or is likely to cause U.S. firms to experience significant inefficiencies or the loss of markets. Where the metric system is not the predominant standard for a particular application, measurements may be expressed in both the metric and the traditional equivalent units, provided the metric units are listed first. I.18 AIDAR 752.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS The Foreign Assistance Act calls for USAID to give small businesses an opportunity to provide supplies and services for foreign assistance projects. To help USAID meet this obligation, the following paragraph is to be added to the clause prescribed in FAR 19.708(a): (See FAR 19.708) USAID small business provision. To permit USAID, in accordance with the small business provisions of the Foreign Assistance Act, to give small business firms an opportunity to participate in supplying equipment supplies and services financed under this contract, the Contractor shall, to the maximum extent possible, provide the following information to the Office of Small and Disadvantaged Business Utilization (OSDBU), USAID, Washington, D.C. 20523-1414, at least 45 days prior to placing any order in excess of the simplified acquisition threshold, except where a shorter time is requested of, and granted by OSDBU: (1) Brief general description and quantity of commodities or services; (2) Closing date for receiving quotations or bids; and (3) Address where invitations or specifications may be obtained. 58

I.19

AIDAR 752.225-71 LOCAL PROCUREMENT (FEB 1997)

(a) Local procurement involves the use of appropriated funds to finance the procurement of goods and services supplied by local businesses, dealers or producers, with payment normally being in the currency of the cooperating country. (b) All locally-financed procurements must be covered by source/origin and nationality waivers as set forth in Subpart F of 22 CFR Part 228 except as provided for in 22 CFR 228.40, Local procurement. I.20 752.242-70 PERIODIC PROGRESS REPORTS (OCT 2007)

(a) The Contractor shall prepare and submit progress reports as specified in the contract schedule. These reports are separate from the interim and final performance evaluation reports prepared by USAID in accordance with FAR 42.15 and internal Agency procedures, but they may be used by USAID personnel or their authorized representatives when evaluating the Contractor's performance. (b) During any delay in furnishing a progress report required under this contract, the contracting officer may withhold from payment an amount not to exceed US$25,000 (or local currency equivalent) or 5 percent of the amount of this contract, whichever is less, until such time as the Contractor submits the report or the contracting officer determines that the delay no longer has a detrimental effect on the Government's ability to monitor the Contractor's progress.

I.21 AIDAR 752.245-70 GOVERNMENT PROPERTY - USAID REPORTING REQUIREMENTS In response to a GAO audit recommendation, USAID contracts, except for those for commercial items, must contain the following preface and reporting requirement as additions to the appropriate Government Property clause prescribed by FAR 45.106. (See FAR 45.106) Preface: to be inserted preceding the text of the FAR clause. The term "Government furnished property" wherever it may appear in the following clause, shall mean (1) non-expendable personal property owned by or leased to the U.S. Government and furnished to the contractor and (2) personal property furnished either prior to or during the performance of this contract by any U.S. Government accountable officer to the contractor for use in connection with performance of this contract and identified by such officer as accountable. The term "government property", wherever it may appear in the following clause, shall mean government-furnished property and non-expendable personal property title to which vests in the U.S. Government under this contract. Non-expendable property, for purposes of this contract, is defined as property which is complete in itself, does not lose its identity or become a component part of another article when put into use; is durable, with an expected service life of two years or more; and which has a unit cost of more than $500. Reporting Requirement: to be inserted following the text of the FAR clause. Reporting Requirements: The contractor will submit an annual report on all non-expendable property in a form and manner acceptable to USAID substantially as follows: ANNUAL REPORT OF GOVERNMENT PROPERTY IN CONTRACTOR'S CUSTODY (Name of Contractor) As of (End of Contract Year), 19xx Motor Vehicles Furniture and furnishings Other nonexpendable property Office Living quarters A. Value of property as of last report. B. Transactions during this reporting period. 1. Acquisitions (add): 59

a. Purchased by contractor 1/ b. Transferred from USAID 2/ c. Transferred from others- Without reimbursement 3/ 2. Disposals (deduct): a. Returned to USAID b. Transferred to USAID-Contractor Purchased c. Transferred to other Government agencies 3/ d. Other disposals 3/ C. Value of property as of reporting date. D. Estimated average age of contractor held property Years Years Years Years 1/ Property which is complete in itself, does not lose its identity or become a component part of another article when put into use; is durable, with an expected service life of two years or more; and which has a unit cost of more than $500. 2/ Government furnished property listed in this Contract as non-expendable. 3/ Explain if transactions were not processed through or otherwise authorized by USAID PROPERTY INVENTORY VERIFICATIONS I attest that (1) physical inventories of Government property are taken not less frequently than annually; (2) the accountability records maintained for Government property in our possession are in agreement with such inventories; and (3) the total of the detailed accountability records maintained agrees with the property value shown opposite line C above, and the estimated average age of each category of property is as cited opposite line D above. Authorized Signature. I. 22 SECURITY Contractor shall comply with all GIRoA and U. S. Government civilian/ military agency security policies and orders (COM/FRAG) as they relate to Contractors activities under this contract. Contractor is advised that, as a result of Presidential Decree #62, security requirements for this Contract must be coordinated through the Afghan Ministry of Interior's Afghanistan Public Protection Force (APPF). At the time of award of this contract, procedures for obtaining security are in transition and Contractor shall closely monitor APPF procedural requirements and implement changes. Contractor shall initiate discussion with APPF regarding security requirements as soon as possible. The APPF will require Contractor to prepare and submit information on several forms. After receipt, APPF will discuss Contractors specific security requirements in a personal interview. At the time of award of this contract, the contact persons for this process are Colonel Mohammad Maroof, General Manager of Plans and Statistics, APPF, 0799-310-322 and Colonel Shir Ali who is the Deputy of Plans and Statistics, APPF, 0799-843-165. (Note: Both are more comfortable communicating in Dari). USAID's Safety and Security Office will assist with the process and may 60

be reached at kabulaidsso@usaid.gov. The Contractor shall be responsible for providing all life-support and security services required for its personnel deployed to project locations except when it is expressly stated in individual task orders that such facilities and services are to be provided by other means. The Contractor responsibilities shall include all life support, communications, and transportation of materials, personnel, and equipment to work sites unless otherwise specified in the task orders. The Contractor may be required to provide the same life-support and security services for USAID personnel when so specified in a task order. In addition, the Contractor shall be responsible for maintaining the security of its personnel, materials, and equipment. For each contract, unless otherwise stated, the Contractor shall prepare a comprehensive safety and security plan pertaining to all aspects of its activities and the activities of its employees in the performance of all work related to this contract as well as the off-duty activities of its employees, as those activities relate to performance of contract work, serving in Afghanistan or elsewhere within the region as it relates to performance of the work. The Contractor shall continuously monitor and update this comprehensive safety and security plan by means of qualified and competent staff of personnel. The Contractor shall work closely with and establish liaison and cooperate with all authorized and appropriate safety and security organizations and entities for the protection and safety of its operations and employees.

61

PART III LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS SECTION J - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS LIST OF ATTACHMENTS Hard copies of the following documents are attached at the end of this document; however, some of the forms can be accessed electronically at http://www.USAID.GOV/procurement_bus_opp/procurement/forms/. Attachment J.1 Attachment J.2 Attachment J.3 Attachment J.4 Attachment J.5 Attachment J.6 Attachment J.7 Attachment J. 8 AID 1420-7 CONTRACTOR EMPLOYEE BIOGRAPHICAL DATA SHEET DD FORM 254 DEPARTMENT OF DEFENSE CONTRACT SECURITY CLASSIFICATION SPECIFICATION DEC 1999 SUBCONTRACTING PLAN ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY STANDARDS COMPLIANCE CONTACTOR PEFORMANCE REPORT (Short Form) DISCLOSURE OF LOBBYING ACTIVITIES IDENTIFICATION OF PRINCIPAL GEOGRAPHIC CODE NUMBERS USAID CONTRACTOR EMPLOYEE PHYSICAL EXAMINATION FORM Please locate the form at http://www.USAID.GOV/procurement_bus_opp/procurement/forms/ CONTRACTOR AND MAJOR SUBCONTRACTOR POLICY FOR WORKDAY, WORKWEEK, AND PAID ABSENCES MISSIONS LOCAL COMPENSATION PLAN REGISTRATION AND TAX EXEMPTION IN AFGHANISTAN AFGHAN FIRST COMPLIANCE POLICY Report Summary [END OF SECTION J]

Attachment J.9 Attachment J.10 Attachment J.11 Attachment J.12 Attachment J. 14

62

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF BIDDERS K.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE The following solicitation provisions pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the FAR provision at FAR "52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE" in Section L of this solicitation. See FAR 52.252-1 for an internet address (if specified) for electronic access to the full text of a provision. NUMBER TITLE DATE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) (SEP 2010)

COMPLIANCE WITH VETERANS' EMPLOYMENT REPORTING REQUIREMENTS. K.2

AGREEMENT ON, OR EXCEPTIONS TO, TERMS AND CONDITIONS

The Offeror has reviewed the solicitation (Sections B through J of which will become the contract) and [__] agrees to the terms and conditions set forth therein; or [__] has the following exceptions (continue on a separate attachment page, if necessary): [List Exceptions] K.3 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (a) The Offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d)(i.e., the VETS-100 report required by the Federal Acquisition Regulation clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [__] has not [__] submitted the most recent report required by 38 U.S.C. 4212(d). (b) An Offeror who checks "has not" may not be awarded a contract until the required reports are filed. (31 U.S.C. 1354) K.4 FAR 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS. (OCT 2010) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541612. (2) The small business size standard is $7,000,000 ($7 Million) . (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.(b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and 63

has completed the ORCA electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in ORCA are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm fixed- price contract or fixed-price contract with economic price adjustment is contemplated, unless (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the clause at 52.204-7, Central Contractor Registration. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vi) 52.214-14, Place of PerformanceSealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (vii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (viii) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (ix) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (x) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xi) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those 64

for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xii) 52.222-38, Compliance with Veterans Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xiii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDAdesignated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xiv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPAdesignated items. (xv) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvi) 52.225-4, Buy American ActFree Trade AgreementsIsraeli Trade Act Certificate. (Basic, Alternate I, and Alternate II) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $67,826, the provision with its Alternate II applies. (xvii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xviii) 52.225-20, Prohibition on Conducting Restricted Business Operations in SudanCertification. This provision applies to all solicitations. (xix) 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification. This provision applies to all solicitations. (xx) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] __ (i) 52.219-19, Small Business Concern Representation for the Small Business Competitiveness Demonstration Program. __ (ii) 52.219-21, Small Business Size Representation for Targeted Industry Categories Under the Small Business Competitiveness Demonstration Program. __ (iii) 52.219-22, Small Disadvantaged Business Status. __ (A) Basic. __ (B) Alternate I. __ (iv) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. __ (v) 52.222-48, Exemption from Application of the Service Contract Act to 65

Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. __ (vi) 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services Certification. __ (vii) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPADesignated Products (Alternate I only). __ (viii) 52.223-13, Certification of Toxic Chemical Release Reporting. __ (ix) 52.227-6, Royalty Information. __ (A) Basic. __ (B) Alternate I. __ (x) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR CLAUSE # TITLE DATE CHANGE ____________ _________ _____ _______ Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. K.5 FAR 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER 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 [ ] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [ ] 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, or receiving stolen property; and (C) Are [ ] 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. (ii) The Offeror has [ ] 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, 66

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 Offeror 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 a 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 Offeror nonresponsible. (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. K.6 FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) (a) Definitions. As used in this provision Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinitequantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked has in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. 67

(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7). K.7 FAR 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS. (JAN 2011) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is ________________ [insert NAICS code]. (2) The small business size standard is _____________ [insert size standard]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it is, is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it is, is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it is, is not a women-owned small business concern. (4) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it is, is not a veteran-owned small business concern. (5) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b) (4) of this provision.] The offeror represents as part of its offer that it is, is not a service-disabled veteran-owned small business concern. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that (i) It is, is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It is, is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provisionService-disabled veteran-owned small business concern (1) Means a small business concern 68

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more servicedisabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is serviceconnected, as defined in 38 U.S.C. 101(16). Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. Veteran-owned small business concern means a small business concern (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Womenowned small business concern means a small business concern (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the setaside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firms status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. K.8 FAR 52.222-25 AFFIRMATIVE ACTION COMPLIANCE. (APR 1984)

The offeror represents that (a) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 602); or (b) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. K.9 FAR 52.223-13 CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING. (AUG 2003) (a) Executive Order 13148, of April 21, 2000, Greening the Government through Leadership in Environmental Management, requires submission of this certification as a prerequisite for contract award. (b) By signing this offer, the offeror certifies that (1) As the owner or operator of facilities that will be used in the performance of this contract that are subject to the filing and reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution 69

Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue to file for such facilities for the life of the contract the Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of PPA; or (2) None of its owned or operated facilities to be used in the performance of this contract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: (Check each block that is applicable.) ___ (i) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in 40 CFR 372.65; ___ (ii) The facility does not have 10 or more full-time employees as specified in section 313(b) (1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A); ___ (iii) The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA); ___ (iv) The facility does not fall within the following Standard Industrial Classification (SIC) codes or their corresponding North American Industry Classification System sectors: (A) Major group code 10 (except 1011, 1081, and 1094. (B) Major group code 12 (except 1241). (C) Major group codes 20 through 39. (D) Industry code 4911, 4931, or 4939 (limited to facilities that combust coal and/or oil for the purpose of generating power for distribution in commerce). (E) Industry code 4953 (limited to facilities regulated under the Resource Conservation and Recovery Act, Subtitle C (42 U.S.C. 6921, et seq.), 5169, 5171, or 7389 (limited to facilities primarily engaged in solvent recovery services on a contract or fee basis); or ___ (v) The facility is not located in the United States or its outlying areas. K.10 FAR 52.230-1 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION. (OCT 2008) Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III. Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract. If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903.201-2(c)(5) or 9903.201-2(c)(6), respectively. I. Disclosure Statement - Cost Accounting Practices and Certification (a) Any contract in excess of $500,000 resulting from this solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201-1. 70

(b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror's proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision. Caution: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data. (c) Check the appropriate box below: [ ] (1) Certificate of Concurrent Submission of Disclosure Statement. The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows: (i) Original and one copy to the cognizant Contracting Officer (CO) or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable; and (ii) One copy to the cognizant Federal auditor. (Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from the cognizant CO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation.) Date of Disclosure Statement: [Name and Address of Cognizant CO or Federal Official Where Filed:] The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement. [ ] (2) Certificate of Previously Submitted Disclosure Statement. The offeror hereby certifies that the required Disclosure Statement was filed as follows: Date of Disclosure Statement: [ ] Name and Address of Cognizant CO or Federal Official Where Filed: [ ] The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement. [ ] (3) Certificate of Monetary Exemption. The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately. [ ] (4) Certificate of Interim Exemption. The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and (ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a revised certificate to the Contracting Officer, in the form 71

specified under subparagraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement. Caution: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50 million or more in the current cost accounting period may not claim this exemption (4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded. II. Cost Accounting Standards - Eligibility for Modified Contract Coverage If the offeror is eligible to use the modified provisions of 48 CFR 9903.201-2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause. [ ] The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately. Caution: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more. III. Additional Cost Accounting Standards Applicable to Existing Contracts The offeror shall indicate below whether award of the contemplated contract would, in accordance with subparagraph (a) (3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts. [ ] yes [ ] no K.11 FAR 52.230-7 PROPOSAL DISCLOSURE--COST ACCOUNTING PRACTICE CHANGES. (APR 2005) The offeror shall check ``yes'' below if the contract award will result in a required or unilateral change in cost accounting practice, including unilateral changes requested to be desirable changes. ___ Yes ___ No If the offeror checked ``Yes'' above, the offeror shall-(1) Prepare the price proposal in response to the solicitation using the changed practice for the period of performance for which the practice will be used; and (2) Submit a description of the changed cost accounting practice to the Contracting Officer and the Cognizant Federal Agency Official as pricing support for the proposal. K.12 AGREEMENT ON, OR EXCEPTIONS TO, TERMS AND CONDITIONS 72

The Offeror has reviewed the solicitation (Sections B through J of which will become the contract) and [ ] agrees to the terms and conditions set forth therein; or [ ] has the following exceptions (continue on a separate attachment page, if necessary): __________________________________________________________ __________________________________________________________ K.13 AUTHORIZED NEGOTIATORS

The Offeror represents that the following persons are authorized to negotiate on its behalf with the Government in connection with this request for proposals or quotations: [list names, titles, and telephone numbers of the authorized negotiators]. ______________________________________________ ______________________________________________

K.14

SIGNATURE

By signature hereon, or on an offer incorporating these Representations, Certifications, and Other Statements of Offerors, the offeror certifies that they are accurate, current, and complete, and that the offeror is aware of the penalty prescribed in 18 U.S.C. 1001 for making false statements in offers. Solicitation No. [Insert Solicitation No.] Offer/Proposal No. [Insert Offer/Proposal No.] Date of Offer [Insert Date of Offer] Name of Offeror [Insert Name of Offeror] Typed Name and Title [Insert Name and Title] Signature____________________________ Date___________

[END OF SECTION K]

73

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO BIDDERS L.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE This solicitation incorporates one or more solicitation provisions by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE" in Section L of this solicitation, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov The following contract clauses pertinent to this section are hereby incorporated by reference NUMBER TITLE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) 52.204-6 52.222-24 52.222-46 52.237-10 DATE APR 2008 FEB 1999 FEB 1993 OCT 1997

DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER. PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION. EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES. IDENTIFICATION OF UNCOMPENSATED OVERTIME.

L.2 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) Offers submitted in response to this solicitation shall be in the English language. Offers received in other than English shall be rejected. L.3 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Cost Plus Fixed-Fee Completion type contract resulting from this solicitation. L.4 GENERAL INSTRUCTIONS TO OFFERORS (1) RFP Instructions. If an Offeror does not follow the instructions set forth herein, the Offeror's proposal may be eliminated from further consideration or the proposal may be down-graded and not receive full or partial credit under the applicable evaluation criteria. If an Offeror does not understand the instructions in this Solicitation, then it should write to the Contracting Officer for clarification sufficiently in advance of the deadline for the receipt of proposals. (b) Accurate and Complete Information. Offerors must set forth full, accurate and complete information as required by this RFP. The penalty for making false statements to the Government is prescribed in 18 U.S.C. 1001. (c) Pre-award Survey. USAID reserves the right to perform a pre-award survey which may include, but is not limited to: 74

(1) interviews with individuals to establish their ability to perform contract duties under the project conditions; (2) a review of the prime contractor's financial condition, business and personnel procedures, etc.; and (3) site visits to the prime contractor's institution. (d) Offer Acceptability. The Government may determine an offer to be unacceptable if the offer does not comply with all of the terms and conditions of the RFP and prospective contract: (1) Completion of Standard Form 33, Blocks 12 through 18; (2) Submission of proposed costs/prices and indirect cost information as required by Section B of this RFP; (3) Completion of the "Representations, Certifications, and Other Statements of Offerors" in Section K; and (4) Submission of information required by Section L or any other section of this RFP. The submission of these items in accordance with these instructions will, if the Government accepts the offer, contractually bind the Government and the successful Offeror to the terms and conditions of the prospective contract. Offerors shall follow the instructions contained in this RFP and supply all information and signature/certifications, as required. (5) The contractor shall only utilize the services of a security organization that is registered with the GIRoA. The contractor shall develop and prudently manage a security program for its personnel, both expatriate and local employees, and other resources which facilitate safe and successful accomplishment of the work. Note that in some provinces, it may be prudent for the contractor to have its field offices co-located with other partners in order to develop economies of scale and a more reliable security environment for the work. It is assumed that, in most cases, the PRT may not be able to provide mobile security. (e) Proposal Preparation Costs. The U.S. Government will not pay for any proposal preparation costs. L.5 52.215-1 INSTRUCTIONS TO OFFERORSCOMPETITIVE ACQUISITION (JAN 2004) (a) Definitions. As used in this provision Discussions are negotiations that occur after establishment of the competitive range that may, at the Contracting Officers discretion, result in the offeror being allowed to revise its proposal. In writing, writing, or written means any worded or numbered expression that can be read, reproduced, and later communicated, and includes electronically transmitted and stored information. Proposal modification is a change made to a proposal before the solicitations closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award. Proposal revision is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations. Time, if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day. (b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). (c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office 75

specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision. (2) The first page of the proposal must show (i) The solicitation number; (ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available); (iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item; (iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offerors behalf with the Government in connection with this solicitation; and (v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agents authority, unless that evidence has been previously furnished to the issuing office. (3) Submission, modification, revision, and withdrawal of proposals. (i) Offerors are responsible for submitting proposals, and any modifications or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due. (ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and (1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or (2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Governments control prior to the time set for receipt of offers; or (3) It is the only proposal received. (B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.2155, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award. (4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items. 76

(5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation. (6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award. (7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer. (8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer. (d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror). (e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall (1) Mark the title page with the following legend: This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosedin whole or in partfor any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result ofor in connection withthe submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. (f) Contract award. (1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. (2) The Government may reject any or all proposals if such action is in the Governments interest. (3) The Government may waive informalities and minor irregularities in proposals received. (4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. (5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal. (6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Governments best interest to do so. (7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government. 77

(8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. (9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. (10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party. (11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (i) The agencys evaluation of the significant weak or deficient factors in the debriefed offerors offer. (ii) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (iv) A summary of the rationale for award. (v) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (vi) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. Alternate I (Oct 1997). As prescribed in 15.209(a)(1), substitute the following paragraph (f)(4) for paragraph (f)(4) of the basic provision: (f)(4) The Government intends to evaluate proposals and award a contract after conducting discussions with offerors whose proposals have been determined to be within the competitive range. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. L.6 DELIVERY INSTRUCTIONS

(a) Questions in response to this solicitation must be received in writing via email to kabulaidoaamailbox@usaid.gov and mchelidzetdy@usaid.gov (NOTE: Each email must contain a subject line which clearly indicates the name of the offeror and the solicitation number. Sample subject line: ABCD, Inc , RFP 306-11---- Afghanistan Labor Market and Small & Medium Enterprise Surveys Project. All questions and requests for clarification must be received by 12:00 AM Kabul local time by the date specified on the cover letter of this RFP. No questions will be accepted after this date. (b) Closing Date and Time. All proposals in response to this RFP shall be due no later than the date stated in Block 9 of the SF 33 cover of this Solicitation. (c) Delivery Address. Proposals submitted in response to this RFP shall be delivered via email with the following understanding: 78

The email gateway accepts messages whose total size with attachments is no more than 8 Mb (no zipped or compressed files); An email proposal must be submitted to kabulaidoaamailbox@usaid.gov and the subject line of the email must contain the solicitation number RFP-306-11-0037 Afghanistan Labor Market and Small & Medium Enterprise Surveys Project Acceptable native file formats are Microsoft Office Suite applications (.DOC, .XLS, .MDB) or Adobe Acrobat (.PDF); Time of receipt of the email is the USAID email gateway time-stamp of the message header; The cost proposal shall be submitted in XLS form only with formulas unlocked; it should not be read only or protected; Respondents are encouraged to request a return receipt.

(d) Submission of proposals by hard copy is also acceptable subject to the following understanding: The information must be placed in sealed envelopes clearly marked on the outside with the following information: o RFP No.: 306-11-0037 o Title: Afghanistan Labor Market and SME Survey Project Technical and Cost/Business Proposals must be kept separate from each other. Technical Proposals must not make reference to pricing data in order that the technical evaluation may be made strictly on the basis of technical merit. An original and five (4) paper copies of the Technical Proposal are required. An original and two (2) copies of the Cost/Business Proposal are also required.

If Sent via U.S. Postal Service: Attn: Robert P. Schmidt Office of Acquisition and Assistance USAID/Afghanistan U.S. Embassy APO AE 09806 Hand-Carried, or via Courier Service: Attn: Robert P. Schmidt Office of Acquisition and Assistance USAID/Afghanistan Caf Compound U.S. Embassy Great Massoud Road Kabul, Afghanistan NOTE: Offerors are responsible for ensuring timely delivery of proposals. Be advised that some delivery or courier services change the zip code from the official USAID zip code (20523) to the Washington, D.C. zip code that applies to USAIDs physical location, and proposals have been misdirected as a result. If your firm utilizes the services of an independent agent in Kabul to deliver proposals, please be certain they understand that additional time may be needed to allow for security review of any packages, and that the closing dates and time are firm. USAID and the State Department accept no liability for late delivery, or non-delivery, attributable to the diplomatic pouch. Offerors are advised to plan accordingly and are advised not to send their proposal via diplomatic pouch. Any proposal not received in the designated office listed above by the closing date and time will be processed as late. Delivery to the post office or air courier representative does not constitute meeting the statutory requirements that proposals are received timely at the designated office. For purposes of recording the official receipt of proposals, the date/time stamp by 79

the Office of Acquisition and Assistance, USAID/Afghanistan will govern. L.7 INSTRUCTIONS FOR THE PREPARATION OF THE TECHNICAL PROPOSAL (a) The Technical Proposal in response to this solicitation should address how the Offeror intends to carry out the Statement of Work contained in this RFP. Offerors must organize the Technical Proposal to follow the technical evaluation criteria listed in Section M. (b) The written Technical Proposal is limited to 10 pages and shall be written in English. Offerors shall use only 8.5 inch by 11 inch (210mm by 297mm) paper, single-spaced pages with margins no less than one inch on each border. Number each page consecutively. Do not use a type smaller than 11 pitch. Information submitted over the page limit will not be evaluated. Note: A page in the technical proposal that contains a table, chart, graph, etc., not otherwise excluded below, is subject to the 10 page limitation. Not included in this page limitation are the following: -Cover pages; - Table of Contents; - Dividers; - Draft Annual Work Plan; - Appendix attachments which contain biographical information (i.e., resumes and other documentation provided by the Offeror) for proposed candidates; - Contractor/Major Subcontractor Past Performance Listing; - Charts, such as Management Structure Organizational Chart(s) All critical information from appendices should be summarized in the technical proposal. (c) The Technical Proposal shall include the information set forth below. If any of the following sections are omitted from the 10-page Technical Proposal, they will not receive any points according to the evaluation criteria (see Section M). (1) TECHNICAL APPROACH [See Section M (A) (I)] The Statement of Work (SOW) identifies the projects objective and outputs, as well as key areas in which expertise will be required. The technical approach shall reflect an understanding of the identified objective and outputs and the substance and sequence of needed interventions in areas indicated in the SOW. Proposals will be evaluated on their approach toward achieving the stated objective, outputs and requirements, the consistency of the proposed approach, and innovative approaches and activities, such as use of local partners, to achieve desired outcomes. Building local capacity is a top priority for USAID. The technical approach will need to demonstrate realistic measures to be taken and a clear strategy over the life of the program for promoting sustainability through developing local technical capacity appropriately tailored to Afghanistans context. The offeror will also need to draw upon the resources of local private sector partners involved in the labor market information system; strengthening the institutional and human resource capacity of all relevant counterparts; and promoting the ability of such partners to pursue further development of the labor market and SME information after the end of the project. The proposal must convincingly demonstrate how the offeror will manage relationships with key stakeholders, including labor market private sector actors, host country government counterparts, other donors and elements of the US government present in Afghanistan; and 80

demonstrate a sound knowledge of past and ongoing operational challenges and ways in which they may be addressed. The approach must be realistic, set forth meaningful milestones, seek to maximize results within budget resources, and ensure a prompt and effective launch of contract activities. The offeror should be aware that performance of the activities described in this RFP will require travel to numerous regions of Afghanistan and provision of on-site training and technical assistance in order to achieve the expected results. Some areas require a higher level of security, which could have an impact on how contractual requirements are fulfilled. The offeror should demonstrate an understanding of the overall implications of security conditions and propose viable means to support project implementation in the regions. (2) PERSONNEL [See Section M (A) (II)] This section shall define who will be employed under the contract, for what purposes, and the schedule of their deployment. Offerors shall describe the proposed management approach for carrying out the activities in the implementation plan and achieving the expected results. In particular, the offeror shall present a clear, complete and effective proposed organizational structure (with organizational chart), with related staffing plan and summary of proposed staffing resources that shows quantitatively the planned levels of long-term and short-term staff, for both local and international experts, for all project years. Biographical Data Sheets are required for all key personnel being proposed, as well as all long-term cooperating country personnel being proposed (forms may be obtained at http://www.usaid.gov/forms/). The offeror shall propose a Chief of Party (COP) should have: a Masters Degree in labor economics, economics, statistics /econometrics or closely related field is required and a minimum of 5 years of experience in managing projects of similar technical focus and scale; technical expertise in labor economics issues, statistics and SME; experience in building and effectively supervising a diverse team of employees spread across an expansive region; demonstrated effective interpersonal skills, creative problem-solving skills and ethical management; prior experience in working with international donors; substantial experience in effectively supervising a diverse team of employees in a decentralized setting. Oral and written fluency in English is required. Senior Survey Design Specialist should have : a minimum of 4 years of experience supporting projects of similar scale; Excellent knowledge of planning and designing surveys; strong analytical skills, data collection, sampling, knowledge of different survey methods and deep experience in applying Participatory Rapid Rural Appraisal (PRRA). Good communication skills, bachelor degree in economics, statistics, business or other related field, and fluency in English is required. Senior Research Specialist should have: at least 4 years experience in data collection, data analyzing, methods of interviewing and different contexts of the Afghanistan for getting bias free data is required; deep knowledge and understanding data gathering, especially labor market oriented figures, excellent capabilities of working in a multicultural team and experience in working with multipartite players including government, excellent interpersonal communication skills, Bachelor degree in economics , statistics, business or closely related field, and fluency in English is also required. Full resumes for all key personnel must be provided, with experience placed in chronological order starting with the most recent information, so that the strengths of each key candidates background and experience are presented. Employment information should include supervisory contact details. Each resume shall be accompanied by a SIGNED letter of commitment from each candidate indicating his/her: (a) availability to serve in the stated position, in terms of days after award; (b) intention to serve for the length of the contract or other term of service stated in the letter; (c) agreement to the compensation level which corresponds to the levels set forth in the cost proposal. A key objective is building the long-term foundation for a sustainable labor market and SME information system. The offeror should demonstrate a clear strategy to promote sustainable local institutional and human capacity development. One priority is to make maximum use of qualified local staff and technical experts wherever and however they can be 81

effectively utilized. Particular emphasis should be placed on mentoring local staff, with a view to advancing them to more senior positions. (3) INSTITUTIONAL CAPACITY [See Section M (A) (III)] The offeror shall demonstrate the skills of the proposed organization(s) with regard to project management, implementation for results, and client relations. The offerors shall demonstrate the ability to build and maintain relationships with a range of stakeholders, including its ability to collaborate with USAID and other donors. The institutional capability analysis will consider demonstrated organizational experience in managing data collection and statistics analysis in transitional and conflict-prone countries. The offeror must detail: the institutional management structure; mobilization plan; logistics management; monitoring and reporting plans and financial management systems. The offeror should also use this section to describe its corporate management capacity: staffing, software, and equipment that the offeror will use to execute, support, control, monitor, and report on contract activities. (4) PAST PERFORMANCE [See Section M (A) (IV)] Offerors are required to provide past performance references general reference to relevant past performance should be included within the 10 page limit with more detailed information submitted as an annex. Past performance references will initially be reviewed to determine those that are relevant. Relevant past performance are contracts for similar services, preferably provided in countries with similar operational, socio-economic, political, and cultural characteristics. Those references determined to be relevant will be evaluated in accordance with the elements below. L.8 INSTRUCTIONS FOR THE PREPARATION OF THE COST/BUSINESS PROPOSAL (CPFF) (a) Part 1 - Standard Form (SF) 33 The Offeror must submit the cover page (Section A) of this Solicitation [Standard Form (SF) 33, "Solicitation, Offer, and Award"], with blocks 12 through 18 completed, with an original signature of a person authorized on behalf of the Offeror to sign the offer. (b) Part 2 - Proposed Costs/Prices (1) Each offeror shall provide an overall summary budget for the entire contract period. A summary budget shall be presented in the following format. Cost Element: Salary and Wages $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ $________ First Survey Second Survey Third Survey Fourth Survey Total

Travel, Transport, Per Diem Equipment and Supplies Communications

Other Direct Costs Direct Program Expenditures

$________ $________

$________ $________ 82

$________ $________

$________ $________

$________ $________

Indirect Costs Total Estimated Cost Fixed Fee Total Est. Cost plus Fixed Fee

$________ $________ $________ $________ $________ $________

$________ $________ $________ $________ $________ $________

$________ $________ $________ $________ $________ $________

$________ $________ $________ $________ $________ $___________ ____

$________ $________ $________ $________ $________ $___________ ____

The summary budget shall be supported by spreadsheets which detail the inputs in each category above, as well as a budget narrative which explains and details the reasonability of the proposed costs. (2) The following is the minimum information required in the budget and budget narrative: (A) Salary and Wages - Direct salaries and wages should be proposed in accordance with the offeror's personnel policies. Unit costs for each proposed position, key or not, should be expressed in an amount per work day with the corresponding level of effort required for the position (number of work days) and then calculated to a total cost for each cost period where the salary would be applicable. Biographical Data Sheets are required for all long-term cooperating personnel being proposed (forms may be obtained at http://www.usaid.gov/forms/). Narratives must provide a discussion of the estimated annual escalation of all salaries where applicable. Salaries proposed in excess of the USAID maximum salary threshold must be explained thoroughly. (B) Fringe Benefits - If the offeror has a fringe benefit rate that has been approved by an agency of the Government, such rate should be used and evidence of its approval should be provided. If a fringe benefit rate has not been so approved, the application should propose a rate and explain how the rate was determined. If the latter is used, the narrative should include a detailed breakdown comprised of all items of fringe benefits (e.g., unemployment insurance, workers compensation, health and life insurance, retirement, FICA, etc.) and the costs of each, expressed in dollars and as a percentage of salaries. (C) Travel, Transportation, and Per Diem - The application should indicate the number of domestic trips and the estimated costs per trip. Specify the origin and destination for each proposed trip, duration of travel, and number of individuals traveling. Per Diem should be based on the offeror's normal travel policies. (D) Procurement - A list of proposed non-expendable property purchases. Specify all equipment to be purchased, including the type of equipment, the manufacturer, the unit cost, the number of units to be purchased and the expected geographic source. Goods and services provided by the offerors under this USAID-financed award are expected to be subject to the 935 Geographic Code. (E) Equipment and Supplies - Specify all equipment, materials and supplies expected to be purchased, including type, unit cost, and units. A list of proposed non-expendable property purchases shall be provided. Specify all equipment to be purchased, including the type of equipment, the manufacturer, the unit cost, the number of units to be purchased and the expected geographic source. (F) Communications - Specific information regarding the type of communication cost at issue (i.e. mail, telephone, cellular phones, internet etc.) must be included in order to allow an assessment of the realism and reasonableness of these costs. (G) Subcontracts/Consultants - Information sufficient to determine the reasonableness of the cost of each specific subcontract and consultant expected to be hired must be included. Similar information should be provided for all consultants as is provided under the category for personnel. 83

(H) Allowances - Allowances should be broken down by specific type and by person. Allowances should be in accordance with the offerors policies and the applicable regulations and policies. (I) Direct Facilities Costs - Specific information regarding the cost of any facilities needed to perform program activities. The information provided should include the unit cost (rent), the time period the facilities are needed and the number of facilities. Only facilities that directly benefit the program activities should be included in this category; all other facility costs should be included in the indirect cost category. (J) Other Direct Costs - This includes report preparation costs, passports and visas fees, medical exams and inoculations, insurance (other than insurance included in the offeror's fringe benefits), as well as any other miscellaneous costs, which directly benefit the program proposed by the offeror. The narrative should provide a breakdown and support for all other direct costs. If seminars and conferences are included, the offeror should indicate the subject, venue and duration of proposed conferences and seminars, and their relationship to the objectives of the program, along with estimates of costs.. (K) Direct Program Expenditures - Offerors shall submit specific information regarding the direct expenditures on program activities. Direct program expenditures can be specifically identified with delivery of a particular project, service, or program activity undertaken by the offeror. Program activities / projects are defined as temporary endeavors undertaken to create a unique product or service which brings about beneficial change or added value. The goal of program activities is to achieve the intended outcomes per Section C. The Direct Program Expenditures shall be clearly presented so that USAID can evaluate these costs only and without burdens, activity administration or other costs. The proposed Direct Program Expenditures cost item should be presented with sufficient supporting information to allow a complete analysis for cost realism and reasonableness. (L) Indirect Costs: The offeror should support the proposed indirect cost rate with a letter from a cognizant U.S. Government audit agency or with sufficient information for USAID to determine the reasonableness of the rates. (For example, a breakdown of labor bases and overhead pools, the method of determining the rate, a description of all costs in the pools, etc.) Indirect Cost Information (i) The Offeror shall include a complete copy of its most current Negotiated Indirect Cost Rate Agreement (NICRA) or other documentation from its cognizant Government Audit Agency, if any, stating the most recent final indirect cost rates. The proposal shall also include the name and address of the Government Audit Agency, and the name and telephone number of the auditor. (ii) If the offeror does not have a cognizant Government Audit Agency, audited balance sheets and profit and loss statements for the last two complete years, and the current year-to-date statements (or such lesser period of time if the Offeror is a newly-formed organization), must be included in the proposal. The profit and loss statements should include detail of the total cost of goods and services sold, including a listing of the various indirect administrative costs, and be supplemented by information on the prime contractors customary indirect cost allocation method, together with supporting computations of the basis for the indirect cost rate(s) proposed; and The most recent two fiscal year pool and base cost compositions along with derived rates, the bases of allocation of these rates and an independent certified audit by a certified accounting firm of these rates. (M) Fixed Fee: The proposed fee must be justified based upon the following factors: technical, management, support for Federal socioeconomic programs, and cost control. Any additional factors may be discussed as a basis for fee. A written discussion justifying the proposed fixed fee is required. (c) Part 3 - Representations, Certifications, and Other Statements of Offerors The Offeror shall complete Section K, "Representations, Certifications," and sign and date on the last page should be provided. 84

(d) Part 4 - Policies and Procedures If the offeror does not have prior Federal contracting experience submit a copy of its personnel policies, especially regarding salary and wage scales, fringe benefits, merit increases, promotions, leave, differentials, travel and per diem regulations, etc. The Contracting Officer may determine that a Pre-Award Survey is necessary. (See FAR 9.106). (e) Part 5 - Evidence of Responsibility The offeror must submit sufficient evidence of responsibility for the Contracting Officer to make an affirmative determination of responsibility pursuant to the requirements of FAR Subsection 9.104-1. If the offeror fails to submit sufficient evidence for the Contracting Officer to make an affirmative determination of responsibility, then the Contracting Officer may make a determination of non-responsibility and be precluded from awarding a contract to that offeror. However, in the case of a small business offeror, the contracting officer will comply with FAR 19.6. Accordingly, Prime offerors should seriously address each element of responsibility. To be determined responsible, a prospective contractor must: (1) Have adequate financial resources to perform the contract, or the ability to obtain them (see FAR 9.104-3(a)); (2) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental commitments; (3) Have a satisfactory performance record (See FAR 9.104-3(b) and Subpart 42.15). A prospective contractor shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history, except as provided in FAR 9.104-2; (4) Have a satisfactory record of integrity and business ethics; (5) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See FAR 9.104-3(a)); (6) Be otherwise qualified and eligible to receive an award under applicable laws and regulations (e.g., Equal Opportunity, Clean Air and Water etc.). (j) Part 6 - Information Concerning Work-Day, Work-Week, and Paid Absences. (1) The offeror shall indicate the number of hours and days in its normal work-day and its normal work-week, both domestically and overseas, for employees and consultants. In addition, the offeror shall- indicate how paid absences (US holidays, local holidays, vacation and sick) shall be covered. (2) A normal, work-year, including paid absences (holidays, vacations, and sick leave) is 2,080 hours (260 days x 8 hours per day). However, some organizations do not have an 8-hour workday, and some accounting systems normally provide for direct recovery of paid absences by using a work-year of less than 2,080 hours to compute individuals' unburdened daily rates. The offeror shall describe their cork day and work week policies. (3) The work day and work week policies and the method of accounting for paid absences for the offeror will be incorporated into the contract in Section B. L.9 FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) 85

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from____________________ [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] Hand-Carried Address: Office of Acquisition and Assistance USAID/Afghanistan Caf Compound U.S. Embassy Great Masood Road Kabul, Afghanistan Attention: Mr. Roy Plucknett Mailing Address: Office of Acquisition and Assistance Attn: Mr. Roy Plucknett USAID/Afghanistan American Embassy APO AE 09806 Fax Number: U.S. number 202-216-6288, ext. 4769 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Another, copy of the protest must be sent to GC/LE, Attn: William Buckley, Fax: (202) 216-3058. [END OF SECTION L]

86

SECTION M- EVALUATION CRITERIA SECTION M: EVALUATION FACTORS FOR AWARD GENERAL INFORMATION After final evaluation of the proposals, the Contracting Officer will make the award to the offeror whose proposal provides the best value to the Government, considering both technical and cost factors. Technical and cost factors will be evaluated relative to each other, as described herein. The technical evaluation factors, taken as a whole, are of greater importance than cost or price in determining best value. (a) The technical proposal will be scored by a Technical Evaluation Committee (TEC) using the criteria shown in this Section. (b) The cost proposal will be evaluated separately by the method described in this Section. Offerors should note that these criteria: (1) serve as the standard against which all proposals will be evaluated, and (2) serve to identify the significant matters which offerors should address in their proposals. A. I. Technical Proposal (100 points) Technical Approach (35 points)

A. Extent to which the proposed approach to the programs objectives is well-conceived, technically sound,
innovative and feasible. Offeror exhibits understanding of the issues, opportunities and challenges of obtaining robust labor market information demonstrates how it will ensure a program that is geographically and programmatically flexible and agile in the wake of this environment; demonstrates how the labor market surveys can be used to increase the focus and effectiveness of donor interventions in the most essential economic subsectors and build confidence in the governments legitimacy; builds on other labor market survey efforts supported by USAID or other donors. (35 points) II. Personnel (35 points): (sub-factors in descending order of importance)

A. Extent to which the proposal demonstrates effective utilization of local experts and other local capacity. Extent to which offeror proposes a clear strategy for using local staff in key personnel positions, a demonstrated, effective approach for providing on-the-job capacity development and training to promote local staff into higher positions within the organization. Qualifications, technical expertise and experience of the proposed team in relation to the requirements of the proposed positions including specific experience in similar positions and with similar projects in transition, conflict-prone, least developed and/or Islamic countries. (20 points) B. Experience of the proposed Chief of Party (COP) in managing complex projects of similar scale, his/her technical expertise in statistics, labor market and SME surveys and designing standard information systems; his/her experience in building and effectively supervising a substantially diverse team of employees spread across an expansive region; demonstrated effective interpersonal skills, proactiveness, creative problem-solving and ethical management; prior experience in working with international donors and knowledge of USAIDs policies and procedures. (15 points) III. Institutional Capacity (15 points) A. Demonstrated organizational knowledge and capability of the offeror and proposed partners to effectively implement the proposed Technical Approach, including partnership division of labor, and organizational experience in designing and managing statistics, labor market and SME information systems. (10 points) B. Demonstrated skills of the proposed organization(s) with regard to project management, implementation for results, accurate and timely communication and client relations, and effective and efficient control of resources. 87

Demonstrated ability to mobilize and retain quality personnel and commence program implementation rapidly and effectively after the contract is awarded, and proven capability to implement survey programs in conflict-prone environment(s) where flexibility and agility is essential. (5 points) IV. Past Performance (15 Points)

(a) Performance information will be used for both the responsibility determination and best value decision. USAID may use performance information obtained from other than the sources identified by the offeror/subcontractor. USAID will utilize existing databases of contractor performance information and may solicit additional information from the references provided in Section L of this RFP and from other sources if and when the Contracting Officer finds the existing databases to be insufficient for evaluating an offerors performance. (b) If the performance information contains negative information on which the offeror has not previously been given an opportunity to comment, USAID will provide the offeror an opportunity to comment on it prior to its consideration in the evaluation, and any offeror comment will be considered with the negative performance information. (c) USAID will initially determine the relevance of similar performance information as a predictor of probable performance under the subject requirement. USAID may give more weight to performance information that is considered more relevant and/or more current. (d) The contractor performance information determined to be relevant will be evaluated in accordance with the elements below (of equal importance): (1) Quality of product or service, including consistency in meeting goals and targets: (2) Cost control, including forecasting costs as well as accuracy in financial reporting: (3) Timeliness of performance, including adherence to contract schedules and other time-sensitive project conditions, and effectiveness of home and field office management to make prompt decisions and ensure efficient completion of tasks: (4) Business relations, addressing the history of professional behavior and overall business-like concern for the interests of the customer, including coordination among subcontractors and developing country partners, cooperative attitude in remedying problems, and timely completion of all administrative requirements: (5) Customer satisfaction with performance, including end user or beneficiary wherever possible: (6) Effectiveness of key personnel, including appropriateness of personnel for the job and prompt and satisfactory changes in personnel when problems with clients where identified: (7) Prime offerors who are not small business concerns will be evaluated on their performance in using small business concerns as subcontractors, joint ventures, and in other teaming arrangements: (e) In cases where 1. an offeror lacks relevant performance history, 2. Information on performance is not available, or 3. an offeror is a member of a class of offerors where there is provision not to rate the class against a sub factor, then the offeror will not be evaluated favorably or unfavorably on performance. The "neutral" rating assigned to any offeror lacking relevant performance history is a score commensurate with the percentage of points received vs. possible points, an exception to this neutral rating provision: the non-small businesses prime with no history of subcontracting with small business concerns. Prior to assigning a "neutral" past performance rating, the contracting officer may take into account a broad range of information related to an offeror's performance. B. Cost Proposal

In addition to this summary budget, offerors shall summarize cost data submitted in response to this solicitation. Offeror cost proposals shall include, at a minimum, the following categories: salary and wages; travel, transportation and per diem; equipment and supplies; communications; subcontracts/consultants; allowances; direct facilities costs; other direct costs; direct program expenditures; and indirect costs. Alternatively, should the offeror choose to propose some 88

innovative approaches that do not fit within these categories, the offeror should price those separately. Proposals will initially be rated on how well they meet basic requirements, but innovative technical approaches will be considered and are encouraged. The contractor should structure the proposal so as to provide the best value and greatest assurance of results at the lowest cost. Each offerors cost proposal for the contract period shall be evaluated in terms of reasonableness and realism to determine the appropriate cost for the work, the offerors understanding of the work, and the offerors ability to perform the work. Price has not been assigned a numerical weight. Offerors are reminded that the U.S. Government is not obligated to award a negotiated contract on the basis of the lowest proposed cost (see FAR 15.101-1) or to the offerors with the highest technical evaluation score. After the final evaluation of the proposals, the Contracting Officer will make the award to the offeror whose proposal offers the best value to the Government, considering both technical and cost factors. It should be noted that estimated cost is an important factor, and its importance as an evaluation factor will increase to the degree that proposals receive similar ratings on the technical criteria. C. Contract Award and BEST Value

Tradeoff Analysis and Best Value Determination (a) In accordance with Section M of this solicitation, award will be made by the Contracting Officer to the responsible offeror(s) whose proposal(s), conforming to the Solicitation and considering the evaluation criteria, represent(s) the best overall values to the U.S. Government. The evaluation criteria will be used by the Contracting Officer as a guide in determining which proposals will present the best value to the Government. The tradeoff method will be utilized under this procurement. (b) The Government may reject any or all proposals if such action is in the Governments interest. (c) The Government may waive informalities and minor irregularities in proposals received. (d) The government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussion if the Contracting Officer later determines them to be necessary. (e) Although technical evaluation rankings are significantly more important than cost factors, the closer the technical evaluations of the various proposals are to one another, the more important the cost considerations become. The Contracting Officer may determine what a higher evaluation based on technical criteria might mean in performance and what it would cost the U.S Government to take advantage of it. Conversely, if the Contracting Officer determines that competing cost proposals are essentially equal, technical rankings may become a determining factor in offeror selection. [END OF SECTION M]

89

SECTION J ATTACHMENTS Each Offeror should submit a separate request for Section J Attachments at kabulaidoaamailbox@usaid.gov, and/or at mchelidzetdy@usaid.gov . Section J Attachments will be sent via e-mail to those offerors, who requested, in a prompt manner.

90

You might also like