Request for Quotation

RFQ #102065-0001

Tools for the Learning Workplace

USAID MOROCCO CAREER CENTER

RFQ Issue Date: June 16, 2016

Date Questions Due: June 24, 2016- Submission of questions or requests for clarification in writing via email to .

Deadline for Bids: July 5, 2016– Submission of proposals (including technical proposaland budget) are due via email to. Emailed submissions must contain the subject line “Tools for the Learning Workplace”.

Submit Bids to:

FHI 360 is soliciting bids from qualified supplierswho are small businesses[1] to produce innovative tool/s in one or more of the following categories: 1) Tool/s that assist youth in developing strategies to achieve their career objectives; 2) Tool/s that link young people to and increases their awareness of, possible career pathways in it key sectors and 3) Tool/s that cater to employers’ middle management cadres with the goal of providing them with the skills to facilitate the integration of young people into the workplace. Desired specifications are contained herein.

FHI 360 on behalf of USAID will purchase tool/s that assist youth in developing strategies to achieve their career objectives and access career pathways in key sectors and also, tools that help middle managers effectively integrate youth into jobs and to help them thrive.

Project Background

FHI 360 and partners, International Research and Exchange Board (IREX), Education for Employment (EFE) and Golden Resources (GR), are implementing the USAID Career Center in Morocco. The activity is being implemented in close coordination with the Government of Morocco (GOM) counterparts: the Ministry of Higher Education and the Ministry of Education. USAID Career Center will play a central role in advancing USAID Morocco and the GOM's broader goal of increasing the employability of young Moroccans. The program is establishing career development centers linked to universities and the vocational training system, and is incorporating work readiness training into the Moroccan tertiary education system, vocational training system, and workplaces where these skills will contribute to the employability and performance of youth.

USAID Career Center will guide the establishment of Career Centers at three public universities, one in each of three pilot regions. Initially, these centers will offer the following core services: Skill building for work readiness (soft skills + job search skills); Information to help the young person to understand possible career pathways, especially relating to the region’s growth sectors; Opportunities to interact with the world of work and diagnostic tools to help a young person map their interests and discover their employability potential.

In addition to this focus, USAID Career Center is working closely with the private sector. We are seeking to provide value to the private sector, beginning with market information generated through the labor market assessment, by using systematic feedback mechanisms to measure their satisfaction, and culminating in offering of value-added, financially sustainable services for private employers.

Description

Three categories ofinnovative tool/s are sought through this solicitation. (All or one category may be proposed by each applicant):

1)Design, test and finalize/deliver innovative tool/s to assist youth in developing strategies to achieve their career objectives as well as enhance the level of pro-activeness of youth in utilizing the career centers services

2)Design, test and finalize/deliver innovative tool/s that links young people and increases their awareness of possible career pathways in the key sectors the Project operates in key sectors (offshoring, business tourism, automobile sector, aerospace, agro processing

3)Design, test and finalize/deliver innovative training tool/s catered to employers’ middle management cadres with the goal of providing them with the skills to facilitate the integration of young people into the workplace

The following general specifications should be used when designing the tools:

1)Design, test and finalize/deliver innovative tool/s to assist youth in developing strategies to achieve their career objectives as well as enhance the level of pro-activeness of youth in utilizing the career centers services

  • This tool/smust assist in the youth workforce in identifying their strengths and weaknesses in parallel to their personal career aspirations.
  • The tool/s will-by using the information gathered about the individual young person- link him/her to relevant jobs as well as recommended steps to be taken to achieve their individual goals. (The tool would be utilized through face-to-face interactions between career advisors/counsellors and the youth as well as through online platforms.)
  • Testing of this tool/s elsewhere in Morocco should be proposed by the solicitor.

2)Design, test and finalize/deliver innovative tool/s that links young people and increases their awareness of possible career pathways in the key sectors the Project operates in key sectors (Offshoring, business tourism, automobile sector, aerospace, agro processing) (Reference Annex II)

  • This tool/smust provide a means ofdemonstrating career development prospects to young people that have already identified their career paths within the following sectors: offshoring, business tourism, automobile sector, aerospace, agro processing.
  • The tool/s must be an online tool compatible on desktops and smartphones. It will increase awareness of the types of jobs offered in a sector, identify key skills needed for the types of jobs listed and identify how the youth may achieve the skills needed for the job through locally available training.
  • Note that this tool must make use of local data in Morocco and should be designed with this objective in mind.

3. Design, test and finalize/deliver innovative training tool/s catered to employers’ middle management cadres with the goal of providing them with the skills to facilitate the integration of young people into the workplace

When an enterprise hires a young person, there is always a period of adjustment for him or her to get used to the workplace. This learning process impacts the young person as well as the company’s productivity. Research has shown that approximately 70% of the learning process occurs through “learning by doing.” It therefore takes time for an employee to be productive in the new position. Research also demonstrates that some issues for young employees persist.

  • The tool/s must accelerate the learning process by training the middle management of enterprises to ensure the integration of new employees and also issues that represent barriers to growth for employees that have been in place for a while. (The tool/s could be used by Managers working with young persons at an enterprise.)
  • This training tool/s would provide a formal, defined process for supervisors to provide guidance and feedback towards the young employee in order to enhance the young employee’s productivity.
  • This training tool/s would provide a platform for both the young employee and Manager to showcase and learn from real-life situations and case studies.
  • This training tool/s would provide the Manager with appropriate tools and knowledge to facilitate the young person’s learning process in his/her new environment, and encourage his integration within the team.
  • This training tool/s would evaluate the Manager’s performance before and after this training.

Proposal Format/Instructions

  • Modifications or deviations to the specifications can be made based on the experience of the offeror, with an explanation as to why these deviations would provide better value.
  • Annex I bid cover sheet and Annex I Attachment I must be submitted with the bid package. Reference Annex I Attachment II for details that must be contained in the bid package, including:

A.An outline of approach to project initiation, design and development and provide timeline with descriptive milestones and timelines. This scope of work is urgent. The applicant is asked to indicate in their application what the fastest turnaround dates for completion of the work could be. (Dates should be feasible, yet fast turnaround is desirable.)

B.A budget must be presented that is sufficiently detailed to demonstrate reasonableness and completeness. Offerors submitting budgets that are not sufficiently detailed to demonstrate reasonableness and completeness may be deemed unacceptable.)

C.A brief narrative explanation for each line item must be included in a separate section entitles “budget narrative” and include data to support actual costs and or methods to support cost estimates. The budget narrative serves to justify costs in the budget and should be presented so that it can be easily referenced from the budget and should provide sufficient information so that FHI 360 can determine reasonableness of cost. All project costs must be in accordance with the organizations standard practices and policies.

D.Applicants are expected to draw from and utilize Annex II Rapid Industry Analyses key sectors (Offshoring, business tourism, automobile sector, aerospace, agro processing) in their Approach.

E.Three references for a similar scope of work (preferred with similar audiences), include email and phone number.

F.FHI 360 may contact bidders or their client references by phone or email for clarification of past workplace learning tools or other aspects of their work prior to the award.

G.Questions must be submitted by Friday June 25, 2016 at 5PM US EASTERN STANDARD time to . Responses will be provided by Tuesday June 28, 2016, 5PM US EASTERN STANDARD time.

  • Quotation should be in English and submitted in the quotation packet contained in Annex I.
  • Offerors should submit Annex I - Bid Cover Page and Annex Attachments I.
  • Provide the full legal name, address, telephone, and fax number of the organization submitting the proposal, as well as the date of submission.
  • Prices should be net (not including) of customs and sales tax. The USAID Morocco Career Center as tax exempt status in the country of Morocco.

Criteria for Evaluation

Bids will be evaluated by an award committee. We will take into account criteria that consider 40% of the evaluation based on cost and 60%of the overall evaluation based on technical.

Bids will be evaluated on the basis of the following criteria and point ranges:

  1. Ability to meet technical specifications with swift turnaround. (0-30)
  2. Qualifications and experience of firm. (0-20)
  3. Qualifications and experience of staff to be assigned. (0-20)
  4. Cost Factor (0-30)

Maximum Points: (100)

Basis for Award of Contract

A fixed price Purchase Order is expected to be awarded to the responsible offeror whose quotation is most advantageous in accordance with the evaluation criteria above.

Reserved Rights

All RFQ responses become the property of FHI 360 and FHI 360 reserves the right in its sole discretion to:

  • To disqualify any offer based on vendor failure to follow solicitation instructions.
  • FHI 360 reserves the right to waive any deviations by vendors from the requirements of this solicitation that in FHI 360's opinion are considered not to be material defects requiring rejection or disqualification; or where such a waiver will promote increased competition.
  • Extend the time for submission of all RFQ responses after notification to all vendors.
  • Terminate or modify the RFQ process at any time and re-issue the RFQ to whomever FHI 360 deems appropriate.
  • FHI 360 reserves the right to issue an award based on the initial evaluation of offers without discussion.
  • Award only part of the activities in the solicitation or issue multiple awards based on solicitation activities.
  • FHI 360 will not compensate vendors for preparation of their response to this RFQ.
  • Issuing this RFQ is not a guarantee that FHI 360 will award a purchase order.
  • FHI 360 may choose to award a purchase order to more than one vendor for specific parts of the activities in the RFQ.

Certification of Independent Price Determination

The offeror certifies that:

(1)The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror, including but not limited to subsidiaries or other entities in which offeror has any ownership or other interests, or any competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered;

(2)The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror, including but not limited to subsidiaries or other entities in which offeror has any ownership or other interests, or any competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated or competitive solicitation) unless otherwise required by law; and

(3)No attempt has been made or will be made by the offeror to induce any other concern or individual to submit or not to submit an offer for the purpose of restricting competition or influencing the competitive environment.

(a)Each signature on the offer is considered to be a certification by the signatory that the signatory—

(1)Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or

(2)(i) Has been authorized, in writing, to act as agent for the principals of the offeror in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above;

(ii) As an authorized agent, does certify that the principals of the offeror have not participated,

and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and

(iii) As an agent, has not personally participated, and will not participate, in any action contrary to

subparagraphs (a)(1) through (a)(3) above.

(b)Offeror understands and agrees that:

(1)violation of this certification will result in immediate disqualification from this solicitation without recourse and may result in disqualification from future solicitations; and

(2)Discovery of any violation after award to the offeror will result in the termination of the award for default.

Terms and Conditions / GENERAL TERMS AND CONDITIONS: PURCHASE ORDER/SUBCONTRACT UNDER ASSISTANCE AWARDS

1. Offer & Agreement: The following terms together with those on the face of this agreement, other documents as may be incorporated by reference or attached hereto, and additional terms in any Change Notice issued to this order, constitute the offer of FHI 360 to the Vendor and shall, when accepted, constitute the entire order or contract between FHI 360 and Vendor. This agreement shall be deemed to have been accepted upon Vendor’s signed acceptance on the cover of this order or commencement of performance. Any reference herein to any proposal, quotation, or other communication by Vendor shall, unless indicated to the contrary herein, be deemed to be limited to the description of the services and to be limited by the terms set forth or incorporated by reference herein.

2. Assignment; Neither party may assign this order or any benefits arising from this order without the prior written consent of the other, and, unless otherwise agreed in writing, the rights of any assignee shall be subject to all set-offs, counterclaim, and other comparable rights arising hereunder. FHI 360 shall not, except as otherwise agreed in writing by FHI 360, delegate or assign all or substantially all of on any item or service to be furnished under this agreement.

3. Proprietary Information & Confidentiality: Vendor shall consider all data, documentation, drawings, specifications software and other information furnished by FHI 360 to be confidential and proprietary and shall not disclose any such information to any other person, or use such information itself for any purpose other than that for which it was intended in completing this order, unless Vendor obtains written permission from FHI 360 to do so. Vendor agrees to execute FHI 360’s standard Non-Disclosure Agreement upon request.

4. Terms of Payment: Subject to any superseding terms on the face hereof, Vendor shall invoice FHI 360 at 1825 Connecticut Ave., NW, Washington, D.C., Attn: FHI 360 Purchase Agent and be paid upon completion/acceptance of the required supplies/services. Vendor shall be paid not later than thirty (30) days after FHI 360’s receipt of an acceptable invoice or FHI 360’s receipt of the completed products/services, together with any required documents. Drafts will not be honored.

5. Compliance with Law: Vendor’s performance of work hereunder and all products to be delivered hereunder shall be in accordance with any and all applicable executive orders, Federal, State, municipal, and local laws and ordinances, and rules, orders, requirements and regulations. Such Federal laws shall include, but not be limited to, the Fair Labor Standards Act of 1938 as amended, E.O. 11246, “Equal Opportunity,” as amended by E.O. 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR Chapter 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor”, the Copeland “Anti-Kickback” Act (18USC874 and 40USC276c and 18USC874 as supplemented by Department of Labor regulations at 29CFRpart 3, the Davis-Bacon Act, as amended (40USC276a-a7) and as supplemented by Department of Labor at 29CFRpart 5, the Contract Work Hours and Safety Standards Act (40USC327-333), and the Byrd Anti-Lobbying Amendment (31USC1352). Unless otherwise agreed, governing law shall be that of the State of Delaware.

6. Title and Risk of Loss: Title to and risk of loss of, each product and/or service to be delivered hereunder shall, unless otherwise provided herein, pass from Vendor to FHI 360 upon acceptance of such product/service by FHI 360.

7. Inspection: (a) Vendor shall work within professional standards and limitations specified on work statements, drawings and specifications covering the work and shall make such inspections as are deemed necessary to insure Vendor compliance, unless deviation there from is authorized in writing by FHI 360. (b) All shipments of materials shall be subject to final inspection by FHI 360 after receipt by FHI 360 at destination. If material supplied or work performed by Vendor is found to be defective, Vendor shall be given the opportunity to correct any deficiencies within a reasonable period of time. If correction of such work is impracticable, Vendor shall bear all risk after notice of rejection and shall, if so requested by FHI 360 and at its own expense, promptly make all necessary replacements. Vendor shall provide immediate notice to FHI 360 of any potential failure on the part of its suppliers to provide supplies/services required hereunder. Vendor is responsible for any deficiency on the part of its suppliers. VENDOR SHALL BE RESPONSIBLE FOR ANY COSTS OF REPROCUREMENT AS MAY BE NECESSARY FOR FHI 360 TO SECURE THE SUPPLIES/SERVICES AS A RESULT OF VENDOR’S INABILITY TO PERFORM THAT EXCEED THE AGREED UPON PRICE HEREIN. (d) Final inspection and acceptance by FHI 360 shall be conclusive except for latent defects, fraud, or for any rights provided by any product warranty.