of ijnitprice amoijnt€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president...

65
SOLI CITATION/ CONTRACT/ORDER FOR COMMERCI AL I TEMS I' · RCOUISIIIO!I II UI.IIJCI< ,P,\C; or OFFEROR TO COMPLETE BLOCKS 11, 11, 23, 24,430 REQ- 306- 18 - 000058 165 2. CONfAACrno. 13" ,WARD! f ORDER ':UMBER SOllCllAl lQ:-, 1'U~\8En SOll Cll:,110, 72030618C000 Jt, erFECTM: o;,l E 72030618R00006 SSUl:. Ot,TC 06/l 1/2018 03/28/2018 7. FOR SOLICITATION la NNJE I"" IE Lcl'IIOSE 11u 1.,~l,I{ {NocoJf"Ce,;,lls} r- OF~ ;R DUE D,\TEJtOC/,t. l 1>:E INFORMATION CALL: r.:±l~l, .,.t::r1lG'~:~·f ··Y•i:I G. rssuco ov cooc ! AFGH.ll .NISTA lO. TIHS ,\COUISITION IS UMlE.$1HK:1CO OR r SETASIJE; '-, FCR ., '."/O\!LN-0\'.'NE.O SMALL BUSINESS U SAJD/Afghanistan S1,1/,U. OUSI.\IESS (W0511) t':.LIClOLE u:mEi~ r ,u; \\'OMGJ-Ow::~o Office of Acqui s iti on [, A ssista nce I fU8.l.ONE S\1A!.l r..f,lt.11 Ill li:;IN;:~;;; flfU"lf:17,.,_I..\ U,\ ICS 09806 UUSlt,LSS [O\ 'I OSU Sf:RVICE-Ol~A0LEO ' e 1,,, VE1Ell AN.O\ ' INED MlE S1A.UD.rJm Sl.t, \l l rlUSIZ\r-::,5 11 DELIVERY FOR F03 DESTINA- 12. OISCOUNT TERUS t:Jb RAT!UO, HON UXlESS et.OCY. lS 13" n us coui rv.cr 1s1.. I.' A.'<J<ED ,u,,r:o ORDl:H WIOCH i ~. 1/EW OO OF SOUCI TATIO:.J SEE SCHEDULE lll'AS p5 CFR / 00/ RFD ,rs X RfP 1!,, DELIVER TO CODE j AcGH.I\NISTAN 1G. ADI.UWSTERCD OY CODE Ii i/A USAID/ Afghanistan Of fi ce Ol Ac quisiti on and r\ ssisLc: nce 6180 Kubu] Place USAJ D/A fg h anis tun Dulles , VA 20189 - 61 80 IJ .S. i::mb,Jss y - W est Compound Grc<1t 1 · 1dssoud R oad Kab u l , Afy hun is La n 17a. CONH1:/,C10R/ CODE I FACI LITY I lliil. PAYME!Nf \'/Ill. 01; r,IADE UY CODE I OFFEROR CODE D.IW1S MANAGEMENT GROUP , INC . Offi ce of f' i nanciu l Ma :iagcment /1.Ltn : Eri ka Davis USAJD/A(g hanistan 2940 L!\NDOVER ST 6180 Ku bu l Plac e ALE:XANDRIA VA 22305 - 19 01 ~ia s hi ngton , DC 2052 1-6] 80 Etna i I : kabu l uidcvouchers@usaid . gov TELEPHONE t:O. 202 - 215-3 936 17?>. CHECK IF REIJITTANCE IS DIFFERENT AND PUI SUCHf•OOHESS IN Off ER 18b. SVUt,ur IUVOICES 10 ,\DOHESS SttOWl'l IN ULOCK 1 8. 'l UNLESS BLOCK DELOW ISClt CCKEO S(f:MOENOUM :9_ 20. 2 1. 22. 23. z.:. ITEt.1 NO. SCHEDULE or SUPPLIESISEUVICES OIJl,N f ll Y u,m UNO PHICE AMOUNT 0001 Trade Sho1·: Support (TSS ) Ac tiv ir. y. Co :iti n ued . .. (Use Reverse and/or Artach Add11 iom1/ ShcOls as Ncccss.,ry) 2S. ,,CCOUNTING AND APPROPRIATION DATA 126. TOT/( r,WARD AMOUNT /For Gov-. 1 Use Only) See sc hedule 27a. SOLICITATION INCORPORATES BY REFERENCE FAR52.212-1. 52.212-l. FAR 52.212-3 /IND S2.212-5 /\RE /\TT/\CKED. /IOOENDA ARE ARE ARE NOT ATTACHED. ARE NOT /1TTACHED. X 27b. CON1RACT/PLIRCHASE ORDER INCORPOR/\TES BY REFERENCE FAR 52.212-l . FAR 52.212-5 IS ATTACHED. /\DDEND/1 X 26. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT /IND RETURN COPIES TO ISSUING OFFICE. CONTfV\CTOll AGREES TO FURNISH ANO DELI VER AlL ITEI.IS SET FORTH OR 01HERWISE IDENTIFIED ,\BOVE AND ON ANY ADDITION/IL SHEETS SUBJECT TO THE TERMS N lD CONDITIONS SPECIFIED. :io.. gx_ OFFE.RORICONTRAC10R 30b. NAME AND Tl TlE OF SIGNER (Typo or pnst) Erika Davis. President and CEO ,\ UTHORIZEO FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE 30c. DATE SIGNED Ju ne 6, 201 8 29. /\WARD OF CONTRACT: OFFER 0/\TEO • YOUR OFFER ON SOLICIT ATION (BLOCK 5). INCLUDING ANY ADDITIONS OR CH,~NGES 'Nlil Cli ARE SET FORTii NTR,1.CUNG OFFICER) Ci lNG OFFICER (T)'P" or plillt} roster Jr . 31c. DATE SIGNED 6 - , · 2 o 18 STANDARD FORM 1449 (REV. 2/2012) Prescr i bed by GSA . FAR (48 CFR) SJ.212

Upload: others

Post on 31-May-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS I'· RCOUISIIIO!I IIUI.IIJCI< ,P,\C; or OFFEROR TO COMPLETE B LOCKS 11, 11, 23, 24,430 REQ- 306- 18- 000058 165

2. CONfAACrno . 13" ,WARD! f ORDER ':UMBER r· SOllCllAllQ:-, 1'U~\8En ~ SOllCll:,110,

72030618C000 Jt, erFECTM: o;,lE 72030618R00006 SSUl:. Ot,TC 06/l 1/2018 03/28/2018

7. FOR SOLICITATION • la NNJE I"" I ELcl'IIOSE 11u 1.,~l,I{ {NocoJf"Ce,;,lls} r- OF~;R DUE D,\TEJtOC/,t. l 1>:E

INFORMATION CALL: r.:±l~l, .,.t::r1lG'~:~·f ··Y•i:I G. rssuco ov cooc !AFGH.ll.NISTA lO. TIHS ,\COUISITION IS UMlE.$1HK:1CO OR r SET ASIJE; '-, FCR

., '."/O\!LN-0\'.'NE.O SMALL BUSINESS USAJD/Afghanistan S1,1/,U. OUSI.\IESS (W0511) t':.LIClOLE u:mEi~ r ,u; \\'OMGJ-Ow::~o

Office of Acquis ition [, Assistance I fU8.l.ONE S\1A!.l r..f,lt.11 Ill li:;IN;:~;;; flfU"lf:17,.,_I..\ U,\ ICS

09806 UUSlt,LSS [O\'IOSU

Sf:RVICE-Ol~A0LEO ' e1,,, VE1EllAN.O\'INED MlE S1A.UD.rJm

Sl.t,\l l rlUSIZ\r-::,5

11 DELIVERY FOR F03 DESTINA- 12. OISCOUNT TERUS t:Jb RAT!UO,

HON UXlESS et.OCY. lS 13" n us coui rv.cr 1s1.. I.'A.'<J<ED ,u,,r:o ORDl:H WIOCH

i ~. 1/EW OO OF SOUCITATIO :.J SEE SCHEDULE lll'AS p5 CFR / 00/

RFD ,rs X RfP

1!,, DELIVER TO CODE jAcGH.I\NISTAN 1G. ADI.UWSTERCD OY CODE Ii i/A

USAID/Afghanistan Of fi ce Ol Acquisitio n a nd r\ssisLc: nce

6180 Kubu] Place USAJ D/Afg hanis t u n Dulles , VA 20189- 61 80 IJ . S . i::mb,Jss y - West Compound

Grc<1t 1·1dssoud Road Kabu l , Afyhunis La n

17a. CONH1:/,C10R/ CODE I FACILITY I lliil. PAYME!N f \ '/Ill. 01; r,IADE UY CODE I OFFEROR CODE

D.IW1S MANAGEMENT GROUP, INC . Offi ce o f f' i nanciu l Ma :iagcment /1.Ltn : Eri ka Davis USAJD/A(ghanistan 2940 L!\NDOVER ST 6180 Ku bul Place ALE:XANDRIA VA 22305- 1901 ~ias hi ngton , DC 2052 1-6 ] 80

Etna i I : kabu l uidcvouchers@usaid . gov

TELEPHONE t:O. 202- 215- 3936 17?>. CHECK IF REIJITTANCE IS DIFFERENT AND PUI SUCHf•OOHESS IN Off ER 18b. SVUt,ur IUVOICES 10 ,\DOHESS SttOWl'l IN ULOCK 18.'l UNLESS BLOCK DELOW

ISCltCCKEO S(f:MOENOUM

:9_ 20. 21. 22. 23. z.:. ITEt.1 NO. SCHEDULE or SUPPLIESISEUVICES OIJl,N f ll Y u,m UNO PHICE AMOUNT

0001 Trade Sho1·: Support (TSS ) Ac tivir.y .

Co:itinued . .. (Use Reverse and/or A rtach Add11iom1/ ShcOls as Ncccss.,ry)

2S. ,,CCOUNTING AND APPROPRIATION DATA 126. TOT/( r,WARD AMOUNT /For Gov-.

1

Use Only)

See schedule 27a. SOLICITATION INCORPORATES BY REFERENCE FAR52.212-1. 52.212-l. FAR 52.212-3 /IND S2.2 12-5 /\RE /\TT/\CKED. /IOOENDA ARE

ARE

ARE NOT ATTACHED.

ARE NOT /1TTACHED. X 27b. CON1RACT/PLIRCHASE ORDER INCORPOR/\TES BY REFERENCE FAR 52.212-l. FAR 52.212-5 IS ATTACHED. /\DDEND/1

X 26. CONTRACTOR IS REQUIRED TO SIGN T HIS DOCUMENT /IND RETURN

COPIES TO ISSUING OFFICE. CONTfV\CTOll AGREES TO FURNISH ANO DELIVER

AlL ITEI.IS SET FORTH OR 01HERWISE IDENTIFIED ,\BOVE AND ON ANY ADDITION/IL

SHEETS SUBJECT TO THE TERMS N lD CONDITIONS SPECIFIED.

:io.. gx_ OFFE.RORICONTRAC10R

30b. NAME AND TlTlE OF SIGNER (Typo or pnst)

Erika Davis. President and CEO ,\ UTHORIZEO FOR LOCAL REPRODUCTION

PREVIOUS EDITION IS NOT USABLE

30c. DATE SIGNED

June 6, 2018

29. /\WARD OF CONTRACT: OFFER

0/\TEO • YOUR OFFER ON SOLICITATION (BLOCK 5).

INCLUDING ANY ADDITIONS OR CH,~NGES 'NlilCli ARE SET FORTii

NTR,1.CUNG OFFICER)

CilNG OFFICER (T)'P" or plillt}

roster Jr . 31c. DATE SIGNED

6 - , · 2 o 18 STANDARD FORM 1449 (REV. 2/2012) Prescr ibed by GSA . FAR (48 CFR) SJ.212

Page 2: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

19 111:t.l NO.

20 SCH:CIJLE OF SllPPUESISERVICES

Obligated Amount : See 8 . 19 ACCOUNTING AND P1PPROPRIATION DATA

Funded:

The obligated amow1t of award :

total for thi s award is shown in bo:~ 26 .

OU.AJ-JTITY IN COLUMN 21 HAS BEEN

21 0.JANTITY IJNIT

The

23 IJNITPRICE

2 of 65

24 AMOIJNT

] RECEIVED 0 INSPECTED 0 AC'"EPTED AND COi i FORMS TO THE CONTRACT EXCEPT AS NOTED -SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c DATE 32d. PRINTED MAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

M.AJLING AODPESS OF AUTHORIZED GOVERNMENT REPRESENT/>JIVE 321 TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

SHIP NUMBER 34. VOUCHER NUMBER 35 AMOUNT VERIF IED 36 PAYMENT 37. CHECK NUMBER

CORRECT FOR

0 COMPLETE • PARTIAL • FINAL

] PARTIAL 0 FINAL

SIR ACCOUNT NUMBER 39 SIP VOUCHER NUMBER ~0. PAID BY

I CERTIFY THIS ACCOUMT IS CORRECT AHO PROPER FOR PAYMENT 42a. RECEIVED BY (Prml)

SIGNATURE A'JD TITLE OF CERTIFYING OFFICER 4 lc DATE

42b. RECEIVED AT (locet,on)

42c DATE REC'D (YYIM/,!IDD) 142d TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 2f.?012) SAC

Page 3: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Contents SECTION B-SUPPLIES OR SERVICES/ PRICES ................ ·- ································· .......................... S

8.1 TITLE ......................................................................................................................................................... .5 8.2 PURPOSE .................................................................................................................................................... 5 B.3 PERIOD OF PERFOR~1ANCE .................................................................................................................. 5 13.4 PLACE OF PERFORMANCE .................................................................................................................... 5 8.5 CONTRACT TYPE ..................................................................................................................................... 5 8.6 CONTRACT BUDGET ............................................................................................................................... 5 8.7 PRICES ....................................................................................................................................................... .5 8.8 MA TERJALS COSTS .................................................................................................................................. 8 8.9 ADVANCE UNDERSTANDING ON CEILING INDIRECT COST RATES AND FINAL

REIM13URSEMENT FOR INDIRECTCOSTS .......................................................................................... 8 8.10 PAYMENT .................................................................................................................................................. 8 8.11 PAYMENT OFFICE AND SUBMISSION OF INVOICES ....................................................................... 8 8. 12 CONTRACT! G OFFICER'S AUTHORJTY ............................................................................................ 9 8 .1 3 CONTRACTING OFFICER'S REPRESENTATIVE (COR) ..................................................................... 9 8.14 TECHNICAL DIRECTIONS/RELATIONSHIP WITH USAlD .............................................................. 10 8.15 CONTRACTOR·s PRIMARY POINT OF CONTACT (POC) ................................................................ 11 B.16 CONTRACTOR'S PAYMENT ADDRESS .............................................................................................. 11 B.17 AUTI IORIZED GEOGRAPHIC CODE ................................................................................................... 11 B.18 KEY PERSONNEL ................................................................................................................................... I I B.19 ACCOU TING A D APPROPRJATION DATA ................................................................................... 12 8.20 DESCRrPTION/SPECIFICA TION/STA TEMENT OF WORK ............................................................... 12 8 .2 1 BRANDING STRATEGY ........................................................................................................................ 27 8.22 AIDAR 752.7009 MARKING (JAN 1993) ............................................................................................... 28 8.23 ANTICIPATED ELEMENTS OF MARKING ......................................................................................... 29 8.24 REPORTS/DELJVERABLES ................................................................................................................... 29 8.25 REPORT! NG FORMAT ........................................................................................................................... 34 8.26 LANGUAGE OF REPORTS AND OTHER OUTPUTS .......................................................................... 35 B.27 KEY PERSONNEL ................................................................................................................................... 35 B.28 PERFORMANCE STANDARDS ............................................................................................................. 35 8.29 - CONFIDENTIALITY AND OWNERSHIP OF INTELLECTUAL PROPERTY ..................................... 37

SECTION C - CONTRACT CLAUSES/SPECIAL CONTRACT REQUIREMENTS .................... 38 C. l 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB I 998) ............................................... 38 C.2 52.252-4 ALTERATIONS JN CONTRACT (APR 1984) ........................................................................ .41 C.3 FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV) 1999 ............................................................ .41 C.4 52.219-17 SECTION 8(A) A WARD (JAN 20 I 7) .................................................................................... .42 C.5 FAR 52.217-2 CANCELLATION UNDER MULTI-YEAR CONTRACTS (OCT 1997) ...................... .42 C.6 AIDAR 752.222-70 USAID DISABILITY POLICY (DEC 2004) ........................................................... 44 C.7 752.222-71 NONDJSCRJMINT A TION (JUNE 20 I 2) .............................................................................. 44 C.8 AIDAR 752.231-72 CONFERENCE PLANNING AND REQUIRED APPROVALS (AUGUST 2013)45 C.9 AlDAR 752.242-70 PERJODIC PROGRESS REPORTS (OCT 2007) ................................................... .46 C.10 AIDAR 752.7003 DOCUMENTATION FOR PAYMENT (NOV 1998) ................................................ .46 C.1 1 AIDAR 752.7005 SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERJENCE

DOCUMENTS (SEP 2013) ....................................................................................................................... 47 C.12 USAID/AFGHANIST AN CONSENT TO SUBCONTRACTS (DECEMBER 2016) ............................. .48 C.13 USAID/AFGHANISTAN RIGHT TO PROCURE FROM OTHER SOURCES (AUGUST20l6) ........ .49 C.14 USAID/AFGIIANISTAN MAXJMIZJNG USE OF LOCAL ENTITIES (AUGUST 2016) ................... .49 C.15 USAID/AFGHANlSTAN SUB-AWARD REQUIREMENTS (APRIL 2016) ......................................... 49 C.16 USAID/AFGIIANISTAN PUBLIC POSTING (APRJL 20 l6) ................................................................. 50 C.17 USAID/AFGIIANISTAN VETTING REQUIREMENT (APRJL 2016) .................................................. so C.18 USAJD/AFGIIANJSTAN USE OF SYNCHRONIZED PRE-DEPLOYMENT AND OPERATIONAL

TRACKER (SPOT) FOR CONTRACTORS SUPPORTING A DIPLOMATIC OR CONSULAR

31

Page 4: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Sh,>1, uppon (TSS) Contract 'o. 7:!0., 06\8CU00\4

MISSlO OUTSIDE TIIE U !TED STATES (SUPPLEMFNTTO FAR 52.225-1 9) (AUGL'ST 2016) .............................................................................................................................................................. ... 51

C.19 USAID AFGII/\NIST/\ SERIOUS INCIDENT REPORT! G (SIR) IN ArGIIANISTA, (AUGUST '1016) .......................................................................................................................................................... 5.,

C.20 USAIOAfGIIJ\ ISTA SMARf rRAVELERE ROLL~1ENTPROGRAM(Sll:P)(JA. UARY 2016) ........................................................................................................................................................ 53

C.11 USAID .AFGI IANISTAN IIOST COUNTRY TAXl::S AND DUTll:.S (NOVl::~1131:R 2016) ................ .53 C.22 AIDAR 752.229-71 REPORT!. G OF FOREIGN TAXES (JULY 2007) ................................................. 53 C.::!3 USAID./\FGIIANISTAN ELECTRONIC PAYMENTS SYSTEM (JULY 2014) ................................... 54 C.:!4 USAIDIAFGIIANISTA COMPENSATION FOR COOPERATING COU TRY ATIO. ALS

(CC s) I. AFGIIAi ISTA. - ACQUISITION(OCT20l7) .................................................................. 55 C.25 USAID/AFGI IANISTA ' ADDITIONAL REQUIRE~IENTS FOR PERSON EL COI\IPE SATIO:--1

(DECEI\IBER 2016) .................................................................................................................................. 55 C.26 USAID AFGIIA ISTA, DEFENSE BASE ACT (OBA) I SURANCE (OCT 201 7) ........................... 56 C.27 USAIDIAFGI IA ISTAN PRESS RELATIONS(JANUARY 20l7) ....................................................... 57 C.28 USAID1AFGIIA ISTAi RESTRICTIONS ON CONTRACTORS EXECUTING AGREE~1E. TS

\\'ITH GOVER MEI TOF ATIO AL UNITY OF AFGIIA ISTA (AUGUST20l6) ................... 57 C.29 ADS 302.3.5.22 SUBl\11SSIO OF DATASETS TO TIIE DEVELOPMENT DATA LIBRARY (DDL)

(OCTOBER 20l4) ..................................................................................................................................... 58 C.30 USAID/AFGI IANISTAN DATABASE and GIS1GPS REPORTING REQUIREI\IE TS (MARCH

'10 )7) .......................................................................................................................................................... 59 C.31 E VIRONMENTAL COMPLIANCE ...................................................................................................... 61 C.32 USAID/AfGHA !STAN IMPLEMENTATION OF EXECUTIVE ORDER 13224 0 , TERRORISM

FINANCING (AUGUST 20l6) ................................................................................................................. 62 C.33 USAIDIAFGIIANISTA COMPLIANCE \VITI! ADS 206 PROIIIBITION OF ASSISTANCE TO

DRUG TRAFFICKERS (DECEMBER 2016) .......................................................................................... 62 C.34 USAID/AFGI IANISTAN NONEXPENDABLE PROPERTY PURCHASES (APRIL 2017)

(COMPLIA CE \VITII ADS 302.3.6.6) .................................................................................................. 62 C.35 USAID/AFGIIANISTAN CO 1PLIANCE WITII EXECUTIVE ORDER 13559 FACILITIES USED

FOR RELIGIOUS ACTIVITIES (FEBRUARY 20l6) ............................................................................. 63 C.36 USAID/AFGIIA ISTA COMPLIA CE WITII SECTION 508 OF TIIE REIIABILITATIO, ACT

OF 1973, AS AMENDED (AUGUST 20l6) ............................................................................................. 63 C.37 USAID/AFGIIANISTAN FOREIGN GOVERNMENT DELEGATIONS TO INTER ATIO:--IAL

CO FERE1 CES(AUGUST20l6) .......................................................................................................... 63 C.38 USAID/AFGI IANISTAN COMPLIANCE WITII ADS 252 & 253 - TRAI I G AND RESULTS A, D

INFORMATIO NETWORK (TRAINET) (AUGUST 2016) ................................................................. 63

41

Page 5: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Sho" Suppor1 (TSS) Contract No. 71030618C000 14

SECTION B - SUPPLI ES OR SERVICES/ PRJCES

B.I TITLE .

Trade Show Support (TSS) Activity.

B.2 PURPOSE

The purpose of this contract is to obtain the necessary services to organize, support, and facilitate trade shows, business events. exhibitions or other fora where Afghan businesses can interact with poten1ial buyers and importers; and provide capacity building to Afghan business and trade associations.

B.3 PERIOD OF PERFORMANCE

The period of pcrfomrnnce of this Contract is 30 months from the date of award.

B.4 PLACE OF PERFORMANCE

This contract will support the organization of trade shows internationally. Therefore, the place of performance of this contract will be in the Contractor's offices, as well as Afghanistan, India, Indonesia, and any other country where the trade shows will take place.

8.5 CONTRACT TYPE

This is a Time-and-Materials (T &M) Contract utilizing lixed hourly rates for direct labor and materials reimbursed at cost.

B.6 CONTRACT BUDGET

As the period of pcrfom1ance for this contract is thirty months. the budget structure is broken out into three year period with the last year being six months.

Item Budget Linc 11cm !\umber

0001 TIME 0002 MATERIALS 0003 G&A

TOT AL ESTIMATED COST

8 .7 PRJCES

Year I

Davis Management Group - The prime

Year 2 Year 3 Total (Sir months)

The applicable fixed hourly rates and level of effort for this Contract is as shown in Tabks 1-3.

SI

Page 6: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Tr.uk Shuw Supr,>rt ( rSSl Contract '0 . 7::!0JO<, 1 l(COOU 14

Tahll' I \'rar I L::ibor C::itegory

KJ\HUL. AFGI IANIS r AN Trade Show ~ hma!!<.:r Trade Sholl' Coordinator \\'ASI IINGTON. DC President Senior Pl::inncr Jr. Planner Jr. Planner Administrative Staff Communications Manal!er Total

Table 2 Year· 2 Labor Category

KABUL. AFGHANISTAN Trade Show Manager Trade Show Coordinator WASIIINGTON. DC President Senior Pl::inncr Jr. Planner Jr. Planner Administrati \·e Staff Communications Manacer Total

Table 3 Year 3 Labor Category

KABUL. AFGIIANISTAN Trade Show Manager Trade: Show Coordinator

President Senior Planner Jr. Planner Jr. Planner Administrati vc Staff Communications Manager Total

61

LO[ (I lours)

2.080 2.080

1.040 2.080 1,040 1.040 2.080 1.040 $12.480

LOE

1.560 1,560

0.00 2,080 1,040 1.040 2,080 520 $9,880

LOE

1,040 1,040

0.00 1.040 520 520 1,040 520 5,720

.. ... . . ~ .. ·. . . - .. - -~ : ;.- ··-:-· - ~ -·-

Fixed I lourly Rate Total

,. 'W I f - - '1 ,r • , .. I

• •

JI r-- · ~ ,. •: • • -

J l ..- , r 11

-

Fixed Hourly Rate Total

- If • '"' , r ...

r" I ~

I - -,- I r • r"""""".' ..

' I .. ,.

' I

Fixed Hourly Rate Total

,_ - l II • ,~ I '

~ r:::::::'.l - - I

II: .II - I

-a: (

Ir -II I

Page 7: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Sho" Support (TSS) Contract 10. 720.30618C00014

Dex is Consulting Group - The Subcontractor

The applic:iblc fixed daily rates and level or effort for 1his Cor11rac1 is ~hown in Tables 1-3.

T-1hlc I Year I Labor Category LOE Fixed I lourly Rale Total

Sector Advisor: Agro/Food 400 - --Sector Advisor: Camet/fcxtilcs. 400 - .. Sector Advisor: 400 IC '

~

Jewelrv/Gemstoncs Sector Ad,·isor: Silk/Cashmere 400 .. r I

Sector Advisor: Marble 400 C .,,_ • J Mid Level M&E 320 ..- 1 • ., Proc.ram Manager 184 ,-- i • - __:::, I

Program Associate 296 r I ....--Finance Analyst 80 l -Sr. Technical Advisor 96 I .,. -Total 2.976 • •

Table 2 Year 2 Labor Category LOE Fixed Hourly Rate Total

Sector Advisor: Agro/Food 344 • • - • Sector Advisor: Caroct/fcxtiles 344 ,. - ' Sector Advisor: 344 - - -Jewclrv/Gcrnstoncs Sector Advisor: Silk/Cashmere 344 • Sector Advisor: Marble 344 ,. Mid Level M&E 280 - I

Prol!fam ManaL?er 184 .. Program Associate 296 - •a l Finance Analvst 80 IC ' Sr. Technical Advisor 96 - .. Total 2656 r I

Table 3 Year 3 Labor Category LOE Fixed 1 lourly Rate Total

Sector Advisor: Auro/Food 272 a Sector Advisor: Cametfl\:xtiles 272 r

Sector Advisor: 272 ..-Jcwclrv/Gemstoncs Sector Advisor: Silk/Cashmere 272 - -Sector Advisor: Marble 272 r .,.

• .,.

Mid Level M&E 120 lat Program Manager 61.333 Prouram Associate 98.667 • • •

71

Page 8: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trmk Show Supplln (TSS) Contmt 1\o. 72030618COUU14

r-mancc Analyst Sr. Technical Alh·isor To1al

26.667 32 I .69lJ

8.8 l\lATERIALS COSTS

• i - -- -.. ..

~

Co111rac10r will bill USAID for actual l\'laterials cos1s incurred which are necc!>~ary for \ucccs~ful implc111ent:1tion or the contract requirements. Only tho~e materials approved in the budget and 1i~1cd below :ire consiucrc<l allowable:

Oescri11t ion Travel Euuiim1ent Su1,pli l'S Other ODCs Total

Prime .. , - "' - •J ,_ lll

Suh , .. "' - - • - .. Total '

.. ]I

-

Allowable costs will be limited to reasonable, allocable and necessary costs determined in accordance with f-AR 52.216-7, Allowable Co. I and Paymen1. IFAR 52.216-8. Fixed Fee. if applicable, and AIDAR 752.7003, Documentation for Payment.

B.9 ADVANCE U 1DERSTA DI G ON CEILING INDIRECT COST RATES ANO Fl 1AL REll\1BURSEJ\1ENT FOR INDIRECT COSTS

The Contractor must bill G&A costs as nctuals to this line until such time that 1hcy receive an approved

G&A rate.

The Contractor will be subject to a post award financial review.

B.10 PAYMENT

(a) Payment under this contract will be made in accordance with the clauses of this contract entitled "Allowable Cost and Payment" (FAR 52.216-07), "Prompt Paymen1" (FAR 52.232-25. Ahemate J), "Payment by Electronic Funds Transfer - Other Than System for Award Management" (FAR 52.232-3-t). "Documentation for Payment" (AIDAR 752.7003). and this Section 8. 10.

(b) Payment will be made by the payment office dcsigna1cd in Section 8.1 1 of this contract.

(c) The Contractor's billings must be in accordance with the clause of this contract entitled "Documentation for Payment" (AI DAR 752.7003).

8. 11 PAY.I\J ENT OFFICE AND SUBMISSIO OF ll'IVOICES

(a) The payment office for this contrnct is: Office of Financial Management USAJD/Afghanistan 6180 Kabul Place Washington, DC 20521-6180 Email: J..,1hul,1idc, oudia, a usa1d "ll\

(b) The Contractor must submit SF I 034 "Public Voucher for Purchases" (available on line at h1tp,· ,, ",, .11,:111I L'o, ll1111h ~r-101-t) and other supponing documents to the Contracting Officer"s

HI

Page 9: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

9 | P a g e

Representative, to [email protected], and to USAID/Afghanistan’s Office of Financial Management (OFM) when requesting payments. USAID will process payment in accordance with, Prompt Payment (Jul 2013) Alternate 1 (Feb 2002) upon receipt of the SF-1034 and other supporting documents.

(c) The method of transmission of invoices is through electronic medium at the following address: [email protected]. Subject line must read Award No. and name of firm Davis Management Group. The SF-1034 must be signed, and it must be submitted along with the invoice and any other documentation in Adobe format.

B.12 CONTRACTING OFFICER'S AUTHORITY

The Contracting Officer is the only person authorized to make or approve any changes in the requirements of this Contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment must be made in the contract terms and conditions, including price. All questions concerning the administration of this contract must be sent to the Contracting Officer. It is the responsibility of the Contractor to inform the Contracting Officer of requests that affect any and all sections of this award.

The Administrative Contracting Officer for this contract is:

Kelly T. Fink [email protected] of Acquisition and Assistance USAID/Afghanistan U.S. Embassy - West Compound Great Massoud Road Kabul, Afghanistan

U.S. Address: Office of Acquisition & Assistance (OAA/Kabul) USAID, Afghanistan 6180 Kabul Place Washington, DC 20521-6180

B.13 CONTRACTING OFFICER'S REPRESENTATIVE (COR)

(a) The Office of Economic Growth (OEG) of USAID/Afghanistan will provide technical oversight to this contract through the designated COR. The Contracting Officer must issue a letter appointing the COR for the administration of this contract and provide a copy of the designation letter to the contractor.

(b) The COR will assist the Contracting Officer to ensure compliance with the terms and conditions of the contract and for safeguarding the interests of the United States Government in its relationship with the Contractor. The COR will be in a unique position to monitor how well the Contractor is progressing towards achieving the contract’s objective/purpose and will be responsible for providing technical direction and liaison between the Contractor and the Contracting Officer, which is a critical role in ensuring good contract performance. Name of COR: Louay [email protected]

Page 10: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

10 | P a g e

Office of Economic Growth (OEG) USAID/Afghanistan, Great Massoud Road Kabul, Afghanistan

B.14 TECHNICAL DIRECTIONS/RELATIONSHIP WITH USAID

(a) Technical Directions are defined to include:

(1) Written directions to the Contractor which 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 B.

(b) The Contracting Officer, by separate designation letter, authorizes the COR 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 must be signed as "Contracting Officer's Representative" with a copy furnished to the Contracting Officer.

(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 COR 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 COR 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 must be made only by the Contracting Officer.

Page 11: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

11 | P a g e

(c) 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 COR must 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.

(d) Failure by the Contractor to report to the Contracting Office any action by the Government considered to be a change, within seven (7) business days in accordance with FAR 52.243-7 (Notification of Changes), waives the Contractor's right to any claims for equitable adjustments.

(e) In case of a conflict between this contract and the COR designation letter, the contract prevails.

B.15 CONTRACTOR’S PRIMARY POINT OF CONTACT (POC)

Name: Erika DavisTitle: President & CEO Email: [email protected] Telephone No. +1 (202) 215-3936

B.16 CONTRACTOR'S PAYMENT ADDRESS

Davis Management Group, Inc. 2940 Landover St. Alexandria, VA, 22305-1901 United States

B.17 AUTHORIZED GEOGRAPHIC CODE

The authorized geographic code for procurement of goods and services under this contract is 935.

B.18 KEY PERSONNEL

The following position is designated Key Personnel for this contract:

Jawid Ahmad Mashal Noori. Trade Show Support Activity Project Manager (TSS PM).

Any change in Key Personnel requires advanced written approval of the CO.

Page 12: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

12 | P a g e

REQ No. REQ-306-18-000058BBFY: 2011EBFY: 2012FUND: ESOP: AFGHANISTANDIST CODE: 306-M PROGRAM AREA: A15 PROGRAM ELEMENT: A063 TEAM/DIV: AFGHANISTANBGA: 306SOC: 4100301AMOUNT OBLIGATED: $1,000,000.00

REQ No. REQ-306-18-000058BBFY: 2012EBFY: 2013FUND: ESOP: AFGHANISTANDIST CODE: 306-M PROGRAM AREA: A19 PROGRAM ELEMENT: A076 TEAM/DIV: AFGHANISTANBGA: 306SOC: 4100301AMOUNT OBLIGATED: $881,172.00

B.20 DESCRIPTION/SPECIFICATION/STATEMENT OF WORK

B.20.1 INTRODUCTION

The objective of the Trade Show Support (TSS) activity is to increase income for Afghan businesses and generate new jobs, through increased exports of Afghan products. The purpose of the TSS activity is to:

- Organize, support, and facilitate trade shows, business events, exhibitions or other fora where Afghan businesses can interact with potential buyers and importers; and

- Provide capacity building to Afghan business and trade associations (such as the Afghanistan Exporters Club) so that they can independently organize and facilitate export events and represent their members more effectively.

The TSS activity period of performance is 30-months.

Page 13: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

13 | P a g e

Afghan businesses produce many high quality products that have competitive advantage in the international marketplace. Afghan carpets and rugs, jewelry and precious stones, leather products, dry fruits, nuts, saffron, and fresh fruits are marketable and are produced at lower prices than competing producers. However, due to various circumstances persisting in Afghanistan, Afghan businesses have limited knowledge of international market trends; they lack knowledge about potential buyers; and they have limited opportunities to promote their products internationally. As a result, these products often perish or remain in stocks unsold. They are frequently smuggled or sold to middlemen at significantly lower prices which diminish the value and reputation of Afghan products. All of these factors contribute to reduced productivity and sales, inhibited business growth and expansion, dissolved businesses, and stagnant job creation. This also exacerbates the already untenable trade imbalance and dependency on imports.

While notable progress in economic and social development has been made in the last several years, Afghanistan remains a war-torn country that is adapting to a substantial decrease of international aid and the reduction in the size of the international coalition military force. Corruption, graft, mismanagement, and instability have led to a fractured and inefficient trade regime. As a result, the private sector faces numerous barriers to export their products to regional and global marketplaces.

The Government of Afghanistan (GoA) has prioritized economic development and revitalization as a means of reducing political instability, mitigating social unrest, and preventing economic collapse. In response, USAID/Afghanistan has been heavily involved in a range of activities aimed at boosting Afghanistan’s economic growth through jobs creation, skills development, access to finance, women’s economic empowerment, assisting GoA to create a business enabling environment, and supporting competitiveness of the most promising Afghan Small and Medium Enterprises (SMEs).

In September 2017, USAID funded the “Passage to Prosperity Trade Show”1 in New Delhi, India. The event brought over 1,500 participants, including Afghan business owners and affiliated organizations, such as business associations and government stakeholders to India to showcase Afghan goods and services to Indian investors, buyers, and consumer communities. It was a huge success in terms of linking Afghan businesses to Indian traders and consumers, generating millions in actual deals and business linkages that are expected to generate commercial contracts and lasting business relationships with Afghan exporters. The TSS activity is expected to emulate the success of the “Passage to Prosperity Trade Show” and further contribute to increasing exports for Afghan products in international markets, thus improving Afghanistan’s trade balance.

USAID/Afghanistan Strategy

This activity will support USAID/Afghanistan’s Plan for Transition 2015-2018. Specifically, it will contribute to achieving Development Objective (DO) 1 – Sustainable Agriculture-led Economic Growth Expanded; Intermediate-Result (IR) 1.1 – Employment Opportunities Increased; and Sub-IR 1.1.4 – Regional Trade Increased. To this end, the TSS activity directly contributes to achieving the “Employment Opportunities Increased (EOI)” Project Appraisal Document (PAD) objectives. The activity will help the Afghan private sector to pursue and realize the advantages of increased exports, greater regional and global trade linkages, and regional economic integration.

Implementation of this activity will occur during the “Transformation Decade”2 of 2015–2024, which is Afghanistan’s strategy for self-reliance. Sustainability of all interventions after the end of the activity is a top objective of the USAID/Afghanistan Mission, and is especially critical for interventions under this

1 https://www.passage2prosperity.com/ 2 http://mfa.gov.af/en/page/6547/transformation-decade2015-2024

Page 14: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

14 | P a g e

activity that will build the capacity of the private sector to increase economic growth. By providing opportunities for Afghan exporters to sell their products in existing and new markets, interventions under this activity are expected to have a lasting impact.

B.20.3 OBJECTIVE

The objective of this activity is to improve market linkages and exports for Afghan companies, which will result in increased income and creation of new jobs through facilitation of trade shows, business and investment events, exhibitions, and other fora where Afghan businesses can interact with potential buyers and importers.

B.20.4 SCOPE OF WORK

In order to achieve the objective of this activity, the Contractor must: 1) plan, coordinate, organize, support, and facilitate five (5) comprehensive export and investment-focused trade shows that will allow Afghan traders to exhibit and market their goods to international buyers. At least two of the events must be in India and be of the same magnitude as the “Progress to Prosperity” India event; 2) provide discrete support to other export and investment-oriented trade events organized by the Afghan Government, private sector, business associations, or other donors and stakeholders, as applicable and in consultation and as agreed with USAID; and 3) provide technical support to business and trade associations, such as the Afghanistan Exporters Club, to improve their management and organizational capacities so that they can eventually take the lead in organizing and facilitating future trade shows and other export promotion events abroad.

The overall management of the TSS activity is not required to take place in Afghanistan. However, depending on the venue of the trade shows, the Contractor may partner with non-US business service providers and/or business and trade associations for each event. The Contractor must provide technical guidance and oversight of the implementation, and will be responsible for the logistics of the event. Trade shows and other export/investment promotion events will take place in international venues outside of Afghanistan. Exact venues will be determined post-award in consultation with USAID/Afghanistan’s Office of Economic Growth.

USAID will provide further technical direction on individual events in writing to the TSS Contractor that will include the following:

Type of event, for example if it is one of the five trade shows (Component 1), or support to other global trade shows (Component 2);Event location;Date;Primary sectors;Number of traders/investors that will be supported;Level of support for participants, for example airfare, hotel, booth materials, cargo costs, etc.; andMandatory partners for coordination, for example, other USAID funded activities or donor funded activities. Target audience (for example, host country, regional countries/markets, products, sectors, specific organizations, etc.)

Upon receipt of this confirmation of technical direction, the Contractor will provide a detailed event plan and an estimated budget for the event within 14 calendar days. The Contractor should anticipate working

Page 15: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

15 | P a g e

closely with the COR to develop the workplan, and must include in it the technical and management approach they will use. Upon acceptance of the proposed event plan by the COR, USAID will issue a notice to proceed. The Contractor should expect continued engagement with USAID throughout all events via provision of technical direction, and active participation in events by USAID staff.

B.20.5 ACTIVITY COMPONENTS

The Contractor must provide a variety of services to achieve the required results and must identify and recommend any areas of additional technical support that it deems necessary to achieve results. This activity has the following three components:

Component 1: Comprehensive Support to Export-Related Events

Afghan businesses produce high-quality products, but these businesses lack knowledge of the demand from potential buyers and linkages with potential markets. They also utilize rudimentary methods for marketing and packaging of their products, which often reduces their market appeal. Afghan businesses are also challenged when transporting their products from their production facilities to final export destinations. Under this component, the Contractor must plan, organize, and execute five (5) trade events aimed at matchmaking and developing strong business-to-business (B2B) and business-to-customer relations and showcase and sell high-end Afghan products, including but not limited to, handmade carpets, gemstones and jewelry, marble products, silk, cashmere, and other products.

Trade Show Management

The TSS Contractor will organize three trade show events, for approximately four days in duration, of similar magnitude to the “Passage to Prosperity” Trade Show. Of these three, two will be held in India during the life of this contract (one in 2018 and another one in 2019), the third location for the large event will be determined in collaboration with USAID/Afghanistan. The TSS Contractor will also organize two smaller shows of two and half days in duration. The markets for these two smaller shows will also be determined in collaboration with USAID/Afghanistan. USAID anticipates that the three large events will have approximately 200 to 300 Afghan exhibitors, and between 1,000 to 1,500 attendees who are not exhibitors. The two smaller events are anticipated to feature approximately 80 exhibitors, and 400 attendees who are not exhibitors.

All trade and investment events are expected to be held outside of Afghanistan in regional and international markets. The two upcoming trade show events which TSS will be planning, organizing, facilitating, and executing will likely be held in Mumbai, India (large) in September 2018, and Indonesia (small) at the beginning of 2019. Final location and size of the trade shows will be determined by USAID/Afghanistan.

For the trade shows that will be organized and executed by TSS, the Contractor will be required to provide all necessary logistics for executing these events, including but not limited to the following:

Page 16: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

16 | P a g e

Task Description1 Prepare Afghan traders for

five trade events.The Contractor will need to work with Afghan exporters who will be participating in these trade shows to strengthen their marketing and promotion plans, negotiation skills, and product packaging. The Contractor will need to allocate time and resources to each of these areas. This is vital to the success of the trade shows and in making Afghan exports more competitive in international markets.

2 Facilitating visa application process for Afghan traders and guests.

The Contractor will need to assist Afghan traders and guests in applying for visas for the receiving country. This process is different for each country and can be time consuming. The Contractor will need to make sure the process is started early enough to ensure participation at each of the trade shows.

3 Manage logistics for shipping products and customs clearance processes (freight forwarding).

The Contractor will need to manage all the logistics and customs clearance processes for Afghan products from Afghanistan to the location of the trade show. For these five trade shows most Afghan products and samples will need to be consolidated into one or two shipments. The Contractor will need to make sure traders understand and adhere to the customs requirements for each of the markets. The Contractor will then need to ensure that vendor’s goods are placed in a warehouse and transported safely to the trade show venue and presented in the booths.

This may include the Contractor working with a logistics company to execute advance bill of entry prior to arrival of goods at airports; ensuring goods receipts are signed and received from airlines; ensuring that there is transit insurance of goods; ensuring that products that need refrigeration have access to proper storage facilities; arranging for any public health regulatory/testing from the receiving country is conducted in a timely manner; and oversee goods and services tax collection for the sales of goods at the venue.

4 Develop and maintain marketing outreach and communication materials before trade shows.

The Contractor will develop a marketing outreach and communication plan that will be presented to USAID. The plan will include the different ways in which the event will be promoted, including event websites, videos, brochures, billboards, flyers, etc.

5 Send invitations on behalf of USAID and keep track of participant lists.

The Contractor will distribute electronic and physical invitations for up to 100 VIP participants for each event. The Contractor will also provide e-mail lists for and arrange e-mail distributions of the products for sale to advertise the goods that will be at the trade show to at least 5,000 persons inclusive of buyers, diaspora, and the

Page 17: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

17 | P a g e

diplomatic community – both retail and consumer.

6 Media management. The Contractor will need to manage relationships with the media in advance of each trade show. This will include developing press releases, advertisements for the shows, and print and social media pieces that will promote attendance and demand for Afghan products.

7 Lead event coordination. The Contractor will need to lead a range of coordination tasks, including ensuring all traders have applicable licenses and appropriate insurance coverage; arranging for venue insurance and third party liability insurance; participate in USAID planning meetings or a regular bases and ahead of the event; manage and participate in speaker and panel conference calls, making notes of all requirements in preparation from the event; managing room preparation, including décor, signage, banners, and event execution; performing media monitoring one day prior to the event; coordinating and managing onsite deliver of event materials, badges, and parking passes; ensuring all presentations from speakers and panels are obtained prior to the event; schedule presentations during the event; set up a registration desk with a minimum of three color printers and copiers to manage onsite registration of staff, speakers, and participants.

8 Facilities and equipment rental, to include the trade show venue, hotel bookings for a percentage of exhibitors and guest speakers, and audio visual and IT equipment.

The Contractor will be responsible for identifying possible venues for each of the five trade shows. Final decisions of the venues will be made in collaboration with USAID. It is assumed that about 75 percent of hotel rooms will be paid for by the Contractor. This will include the exhibitors who attend (Afghan traders), and all guest speakers. The Contractor will also be responsible for all audio visual (AV) and IT equipment needed during each trade show.

9 Booths and vendor coordination.

The Contractor will construct shell scheme booths for all Afghan traders at each of the events. This will include constructing lighting, glass displays, shelves, and curtain backdrops within the booths. This will also include working with freight forwarders to get exhibit goods into appropriate booths; set-up and move-in of goods; developing and distributing to vendors move-out schedules and; coordinating booth set-ups; and assisting in the actual set-up of displays in booths. The contractor will pay for the initial booth setup, but will not pay for any upgrades to booths requested by individual traders.

10 Organize registration for each event.

The Contractor will be responsible for registering all participants of the trade shows. This includes both on-line registration and physical registration during the event.

11 Translation and interpretation services

The Contractor will need to provide on-site simultaneous translation services with translation booths, headsets, and

Page 18: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

18 | P a g e

during events. other needed translation equipment/systems to translate from Dari and Pashto to English and the language of the receiving country and occasionally regional target markets. The sessions that need translation will be identified before each event.

12 Printing and event materials. The Contractor will need to provide folders for each participant that will include press releases, the conference program, panel discussion schedules, fact sheets, data collection surveys, and event directories. The Contractor will also need to develop and print business MoU templates that different event participants can use to document and formalize a business deal or agreement. In addition, the Contractor will need to provide retractable stand banners, badges, lanyards, and walkie-talkies.

13 Arrange for Master of Ceremonies (MC) for inaugural and plenary events.

The Contractor will need to arrange for an MC for all the inaugural and plenary events.

14 Provide refreshments for the event.

The Contractor will need to provide lunch, and two tea breaks (one in the morning and one the afternoon) for all participants, and one VIP level dinner per event.

15 Arrange for video crew. The Contractor will need to arrange for a video crew to capture video/audio footage throughout the conference, including targeted interviews under the guidance of USAID.

16 Provide 10 - 20 hosts/hostesses.

The Contractor will need to provide 10 – 20 (preferably local) hosts/hostesses who will welcome, greet the participants as they walk into the event, and direct them to the right conference room/venue for each day of the trade show.

17 Oversee collection of M&E information regarding sales and contracts signed.

As part of each event, the Contractor will be responsible for collecting data on sales, tons of products sold, and contracts signed. Data on possible contracts will also be collected so that USAID and the Contractor can follow-up on possible business matchmaking.

18 Security The Contractor must designate a primary POC with relevant expertise/experience to coordinate security for trade shows between the venue, the Regional Security Offices of U.S. Embassy Afghanistan and the host country, and Government of Afghanistan VIPs.

Once each event is concluded the Contractor will need to manage and arrange removal of display booths, and any other equipment that was used during the trade shows. The Contractor will also need to provide a final registration list and participant list (this would include those who actually attended the different

Page 19: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

19 | P a g e

sessions including drop-in participants on public/open days and would exclude registered participants who did not actually attend the various panels/matchmaking events), including name, title, company, and contact details to USAID immediately upon event conclusion. Lastly, the Contractor will need to take account of items sold and in cases where there are goods which need to be shipped back to the origin destination; they need to arrange for reverse logistics and customs paperwork.

Business Matchmaking

In order for these five trade shows to be successful, the Afghan private sector will need to be linked to specific international buyers and traders. The Contractor will need to focus a portion of its resources on facilitating business-to-business and business-to-consumer meetings between the Afghan private sector and these international partners. This facilitation will include providing capacity building support to the private sector to be prepared to meet buyers and sellers and pitch their products during trade show events. This may include having virtual meetings before trade events to facilitate matchmaking. It will also include conducting research of targeted markets before events and establishing business relationships between buyers and sellers before events. This preparation before each event will ensure that Afghan traders are able to make sales at the event and will ensure that lasting business connections are created.

Component 2: Discrete Support to Export-Related Events

Under this component, the Contractor will support Afghan businesses in attending eight (8) trade events over the life of the contract that will be organized under the auspices of the Ministry of Commerce and Industries (MoCI) and the Export Promotion Agency of Afghanistan (EPAA), or other donors or stakeholders. An example of such an event would be the annual Domotex event held in Hannover, Germany3. Assistance to Afghan businesses and GoA counterparts in attending these events will be closely coordinated between USAID and MoCI. This will primarily include procurement support to pay for such things as venue costs, setting up exhibition booths, putting together pavilions for Afghan exporters, paying for accommodation for a certain number of participants, costs for matchmaking events, costs for flights, or any other expenses for Afghan Government delegations and/or business representatives participating in these events, etc.

MoCI has developed a list of trade events that it plans to organize during 2018. USAID and MoCI will together identify trade events that will receive TSS support. USAID will provide further technical direction in writing to the TSS Contractor on the support that will be provided for these events. This will occur on a rolling basis throughout the Contract. Upon receipt of this confirmation the Contractor will put together an event plan and estimated budget.

Component 3: Strengthened Capacities of Afghan Business Associations to Organize and Facilitate Export Promotion Events

The interventions envisioned under this component are aimed at supporting sustainability of the objectives of TSS by working closely with Afghan business associations and, where possible, through export-oriented business service providers and associations. The objective is to increase their capacities to take the lead in organizing and facilitating trade shows and to develop other sustainable mechanisms which will help Afghan businesses access international markets.

The Contractor must provide technical support to business and trade associations, such as the Afghanistan Exporters Club, to improve their capacities so that they can eventually organize and facilitate future trade

3 An example of USAID’s support to Afghan carpet exporters in Domotex 2017 can be accessed here: http://wadsam.com/afghan-business-news/afghan-carpet-traders-sign-major-deals-domotex-trade-fair-363/

Page 20: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

20 | P a g e

shows and other export promotion events abroad. The capacities of different organizations vary considerably. The following business and trade associations will be included in this Component:

Afghanistan Exporters Club; Afghan-American Chambers of Commerce (AACC); Afghanistan Women Chamber of Commerce and Industries (AWCI); Afghan Chambers of Commerce and Industries (ACCI); Afghan Chamber of Industries and Mines.

Additional partners will be decided in collaboration with USAID and MoCI. The Contractor must discuss and agree with USAID on which business associations it will provide assistance to, and the modalities of such support. USAID does not intend for the Contractor to provide formal trainings to these partners, as has been done in the past, instead, the Contractor must incorporate into their event plans “learning by doing” or “on-the-job” methods for building the capacity of these organizations. Ideally this assistance will be provided during the organization and facilitation of the trade events and not through developing and delivering separate training and capacity building programs.

To the extent possible, the Contractor should coordinate these services with GoA and other donors when organizing and facilitating USAID-sponsored trade events. That will ensure greater results, improved collaboration among the stakeholders, and cost-effective use of USG funds.

In support of all activity components, the Contractor must also maintain a roster of export-oriented businesses and relevant GoA public sector stakeholders across Afghanistan. This roster must be maintained and updated on a weekly basis, and readily accessible by USAID. The Contractor must share this list with GoA officials, donors, and other stakeholders as agreed with USAID.

Close Collaboration with USAID/Afghanistan and Other Stakeholders

It will be essential that the Contractor coordinate its efforts with USAID/Afghanistan’s Office of Economic Growth, relevant GoA ministries and agencies, such as the MoCI and EPAA, and with business and trade associations, including the Afghanistan Exporters Club. In doing so, the Contractor must closely collaborate with other USAID and international donor programs to ensure that support for trade show participation is coordinated and does not overlap. The Contractor must develop a close working relationship with USAID’s current and planned activities (please see Section B.21.11). These include activities that will provide access to private sector actors. Current economic growth related activities support improvements in the business enabling environment, private sector competitiveness, trade and investment, and financial inclusion. The Contractor must also seek opportunities to leverage public and private sector resources from the GoA, donors, other stakeholders, and beneficiaries of this activity as a demonstration of their commitment and willingness to fully engage at export promotion events. For example, traders may be asked to cover part of their airline tickets or hotel accommodations, or external funding could be leveraged to finance discrete activities/costs associated with events. The cost/benefit of all leverage contributions/opportunities must be considered, including unintended consequences, and approved by the COR in consultation with the CO.

The USAID-led, TSS activity executed events will be closely linked with and complement other USAID activities that provide assistance to the Afghan private sector. An overview of these activities can be found in Section B.20.11. Some USAID activities may contribute inputs/resources to TSS supported trade shows. For example, another USAID activity may cover the costs for hotel rooms of sponsored traders attending the event. Other inputs may include technical assistance, tracking sales, business-to-business and business-to-consumer advisory services, etc. It will be critical that TSS coordinate with these implementing partners to ensure effective coordination.

Page 21: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

21 | P a g e

B.20.6 Activity Monitoring, Evaluation, and Learning

The Contractor must refer to the USAID Automated Directive System (ADS) Chapter 201 for details on USAID's monitoring, evaluation and learning requirements for activities. Below is an illustrative narrative of some of the requirements. Additional details including on 'Learning' are provided in ADS 201. A strong monitoring, evaluation -M&E-, and learning plan (MELP) will be critical to document the results of the TSS activity. USAID’s commitment to rigorous evaluation and evidence-based investments requires that the implementer develop a MELP framework that will support, validate, and/or highlight the need to refine the theory of change and approaches throughout the life of the activity. The activity’s MELP must specify indicators, targets, and methodologies that allow the implementer and USAID/Afghanistan to monitor the progress of activities towards achieving expected outcomes and related targets. Measuring specific outputs, outcomes, and impacts will facilitate better understanding of which approaches are working under which conditions, and which activities need to be refined or strengthened within each of the respective components of the activity. While USAID’s evaluation policy calls for evaluative activities that focus on performance and impact, learning should also include activities along the monitoring continuum that can underscore the need for mid-course corrections to improve the results of activity implementation.

As per the theory of change, Afghanistan can expect to experience stronger economic growth due to higher export volumes, lower trading costs, increased private sector investment, and higher revenue generation due to increased sales and economic activity. The increase of exports of Afghanistan goods internationally will result in more employment opportunities and improved prosperity for Afghans. This activity will be expected to report against the following mandatory indicators and targets. All people-level performance indicators must be sex-disaggregated. It is recommended that indicator data be disaggregated by a geographical level that is feasible and useful for management purposes and any other useful disaggregation incorporated.

Required Results: Indicators TargetsNumber of trade shows/events executed 5 trade shows Number of Afghan exporters exhibiting at these events 80 – small events

100–200 – large events Number of new exporter attendees 35 percent Number of existing and/or new female owned and/or represented business attendees

20 percent

Number of foreign (non-Afghan) attendees/buyers per exhibitor for TSS organized events (with sub-targets by sector and geography)

400 – small events 1,000 – 1,500 large events

Number of events organized by other stakeholders supported by TSS 8 global events Number of business associations benefited from TSS training and other capacity building efforts

3 business associations

The Contractor must submit a draft activity Monitoring, Evaluation, and Learning Plan (MELP) to the COR within 30 days of the effective date of this contract. The MELP will cover the entire period of the activity and must include, but is not limited to the following: (1) the results to be achieved by the activity; (2) the indicators to be used to measure achievement of the results; (3) the method of data collection to be used to obtain the indicator data and the frequency at which each will be collected (monthly, quarterly, semi-annually); and (4) targets for each contract period. USAID will review the draft MELP and provide comments/suggestions within 30 calendar days of receipt. The Contractor must then submit a final MELP

Page 22: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

22 | P a g e

to the USAID COR for approval not later than 15 calendar days from receipt of USAID’s comments and/or suggestions.

Performance Monitoring

As required in ADS 201, the Activity MELP shall meet the data collection needs of the Mission’s Performance Management Plan (PMP), the Project-level MELP, and external reporting requirements. In addition, the AMELP must include any custom performance indicators necessary for USAID to manage the activity, improve program performance, and measure program achievements. In developing the MELP, the Contractor must work in close consultation with the COR to ensure that any indicators that USAID needs to collect are incorporated in the final MELP. To the extent it is expected to improve monitoring and oversight of activity outputs and performance, the Contractor should incorporate M&E and learning methods that draw upon science, technology, innovation, and partnership (STIP) applications and approaches.

USAID conducts Data Quality Assessments (DQAs) to ensure that USAID staff is aware of: a) strengths and weaknesses of indicator data, as determined by applying the five data quality standards; and b) extent to which data integrity can be trusted to influence management. The Contractor is expected to cooperate with USAID’s DQA Contractor. However, USAID commissioned DQAs do not replace the Contractor’s own internal DQA responsibilities.

USAID engages in third-party monitoring to provide an additional source of information and oversight. The Contractor is expected to cooperate with USAID’s third-party monitoring contractor. However, third-party monitoring does not replace the Contractor’s own monitoring responsibilities.

Evaluations

Evaluations provide accountability to stakeholders and learning to improve effectiveness. External evaluations at USAID are commissioned by USAID in accordance with ADS 201 and the USAIDEvaluation Policy. At present, it is expected that USAID will commission a final performance evaluation in the final year of the activity. There will be no impact evaluation. If the Contractor intends to conduct an internal evaluation or assessment using its own staff or a sub-awardee, this should be reflected in the AMELP.

The Contractor’s MELP should include performance and context indicators (including baseline information) that will, to the extent possible, enable USAID to answer expected evaluation questions and measure the effect of the activity’s interventions over time. The Contractor must fully cooperate with any external evaluation team contracted by USAID.

B.20.7 COLLABORATING, LEARNING, AND ADAPTING

It is an explicit objective of USAID/Afghanistan to ensure collaboration, learning, and adapting occurs within the scope of the activity itself. The Collaborating, Learning, and Adapting (CLA) methodology is a set of development principles – strategic collaboration, continuous learning, and adaptive management – that USAID is applying to become a more effective organization. USAID and its implementing partners are working to achieve better development results by:

Collaborating intentionally with stakeholder to share knowledge and reduce duplication of effort,

Page 23: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

23 | P a g e

Learning systematically by drawing on evidence from a variety of sources and taking time to reflect on implementation, and Adapting strategically based on applied learning.

The central function of CLA is to ensure that progress toward development objectives is guided by continuous learning, and iterative adaptation of program implementation. The intent is to continuously access the causal pathway to desired outcomes and adjust activities as necessary to yield the most effective course of action. The implementer will employ an adaptive management approach that incorporates best practices in the industry, while allowing flexibility for new, innovative methods of capturing, analyzing and sharing activity evidence and experience.

As with any project or activity, a learning plan that explicitly supports learning and capacity building by local partners and stakeholders contributes to good practices in development. Offerors are encouraged to include innovative approaches, which build upon industry best practices in knowledge management, while demonstrating their potential contribution to TSS’s purpose, goals, and objectives and to the greater understanding of effective programming for multi-faceted investment in increasing exports. Ongoing learning that translates into adjustments in approach will be key to ensuring meaningful success. Therefore, Offerors must demonstrate in its proposed AMELP the feedback mechanism for implementing adaptive management based on learning outcomes.

B.20.8 CROSS-CUTTING AND OTHER THEMES

The activity will incorporate the following cross-cutting themes which are in line with USAID/Afghanistan goals and objectives:

Sustainability and Local Capacity Development

Sustainability is achieved when host country partners, civil society, and the private sector are empowered to take ownership of development processes and maintain results and impacts beyond the life of this activity. The sustainability approach for the TSS activity is to proactively engage relevant business associations/organizations to eventually take over leadership for organizing future trade shows and other export promotion events. It must significantly strengthen business association’s capacity to organize trade events and link the private sector to international markets. Throughout the period of performance, the Contractor must identify opportunities to sustain program operations and interventions beyond the life of the activity.

Alignment of Interests and Opportunities with the Private Sector

Aligning USAID’s interests with those of the private sector, either between Afghan and/or Central and South Asian entities, or in combination with U.S. government or private sector entities (e.g., through a Global Development Alliance), are a vital means of spurring economic growth and transferring knowledge and resources. Based on the experience from organizing and facilitating trade events, and the interaction with GoA, private sector, and other relevant stakeholders, the Contractor must share lessons learned and propose ways of facilitating and enhancing the exchange of information and constructive dialogue. This is critical within government institutions and between the government and private sector stakeholders concerning any changes in policies, procedures, and regulations that represent significant barriers for Afghan exporters.

Page 24: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

24 | P a g e

Gender Considerations

The Employment Opportunities Increased (EOI) 1.1 Project Appraisal Document (PAD)’s Gender Analysis analyzes issues and obstacles that Afghan women face in doing business in Afghanistan. In particular, women entrepreneurs have difficulties in accessing international markets and finding potential buyers for exporting their products. According to this Gender Analysis “jobs and income are a function of growth and profitability, both of which are currently inconsistent in Afghanistan. For women-owned businesses, growth is contingent on integration into larger markets, including regional and international markets, which requires that they find ways to overcome travel restrictions and other traditions limiting contact with strangers. There is increasing latitude, particularly in urban areas, for women to be allowed greater freedoms, but their movements must be carefully planned and based on community consensus to avoid backlash. For job-seekers and those seeking advancement beyond their current jobs, women and men must compete for existing openings, yet such competition tends to favor men, as women have limited ties to professional networks and mentors, lack access to facilities or transportation that enable women to work safely, and/or are often restricted or reticent in aggressively challenging men for positions. New approaches are needed to enable employers to identify, retain, and advance qualified females.”

Along these lines, the Contractor must seek opportunities to facilitate women's advancement within the business community, including but not limited to participation in trade fairs and events, supporting in finding international trading partners, and other activities to encourage business alliances among women-owned businesses, and accommodate the specific needs of women to be able to participate in the activities. The Contractor must ensure that gender issues are properly addressed and undertake specificefforts to ensure that interventions do not discriminate against or disproportionately benefit either gender.To the greatest extent possible, TSS interventions will seek to encourage men and women of all ages to be involved in all aspects of this program. This is in line with the PAD’s Gender Analysis stating that “thedevelopment challenge is to increase job opportunities and advancement for educated Afghan women and expand the growth of women-owned businesses and business that employ a significant amount of women in Afghanistan, a traditional society facing a period of uncertain growth. This activity is based on the assumptions that women-owned businesses are underperforming currently due to lack of market-based skills, capital and market access, and that there is currently underemployment among qualified Afghan women in higher productivity sectors due to a lack of sufficient training, networking, and mentorship.”

The Contractor must support USAID/Afghanistan's implementation of the Agency's Gender Policy relatedto monitoring, evaluation, and learning as outlined in ADS 205.3.6. This support will incorporate specific language or activities, where appropriate, under the contract and address or advice USAID/Afghanistan on identified issues, or if requested, provide recommendations for improvement. The Contractor mustsupport the Mission in ensuring that Agency gender requirements are met by verifying participation of women through its monitoring support activities, disaggregating by sex all person-level indicator data it collects, and analyzing data for gender differential effects (as applicable)and when appropriate present any highlights from the women’s participation.

Youth Considerations

Afghan youth holds the key to the sustainability of a market-oriented economy and a democratic political system. Economic growth activities must give particular attention to providing opportunities for young people to participate in private sector development and job creation. The Contractor must seek for ways to support businesses in sectors that employ young workforce, as well as businesses that are owned by young owners.

Page 25: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

25 | P a g e

B.20.9 RELATIONSHIP TO USG STRATEGIC FRAMEWORK AND REGIONAL PRIORITIES

The TSS activity is directly in line with, and contributes to the key pillars and priorities articulated in the U.S. Civil-Military Strategic Framework for Afghanistan, as updated in October 2012. According to the framework, in partnership with the international community, USG efforts will support gains in security, governance, rule-of-law, and socio-economic development in order to achieve the critical goals necessary for Afghanistan to smoothly transition to the “transformation decade”. Interventions of the TSS activity contribute to the Socio-Economic Development Pillar of the framework by working to promote sustainable and inclusive economic growth through private sector development, job creation, and regional economic integration.

In particular, through support to GoA on revenue generation, activity targets Key Priority #3 of the framework, which calls for strengthened GoA capacity to become an enabler of private sector growth. The TSS activity also directly contributes to Key Priority #2 under the Socio-Economic Development Pillar, which calls for Afghanistan’s improved economic integration in the region. The efforts will enhance the trade connectivity between Afghanistan and other countries of the region along historical trade routes, thus attracting private sector investment and creating jobs and economic growth.

B.20.10 RELATIONSHIP TO GoA PRIORITIES AND COMMITMENTS

Self-Reliance through Mutual Accountability Framework (SMAF)

The Tokyo Mutual Accountability Framework (TMAF) set the foundation for Afghanistan’s partnership for development with the International Community. At the Senior Official Meeting in September 2015, Afghanistan and its international partners updated the Tokyo Mutual Accountability Framework (TMAF) in line with the Realizing Self-Reliance Policy Paper, which was presented at the London Conference 2014. The revised framework – Self-Reliance through Mutual Accountability Framework (SMAF) – included short-term deliverables that measured the progress of the reform and development partnership agenda. Later, at the Brussels Conference on Afghanistan in October of 2016, the Government of Afghanistan and the International Community agreed upon 24 new Self-Reliance through Mutual Accountability Framework (SMAF) indicators called SMART SMAF.

The TSS activity is in line with the mutual commitments made within TMAF, and embodies the principles of inclusive and sustainable economic growth and development as articulated in the framework. Please see http://mof.gov.af/Content/files/TMAF_SOM_Report_Final_English.pdf, andhttp://www.mofa.go.jp/mofaj/files/000102254.pdf for the SMAF document.

Government of the Islamic Republic of Afghanistan, Realizing Self-Reliance; Commitments to Reform and Renewed Partnership:

The TSS activity will indirectly support the following sections of the Realizing Self-Reliance paper: (1) Restoring Fiscal Sustainability (2) Strengthening enforcement and fighting corruption in customs, (3) Bolstering Private Sector Confidence, Promoting Growth, and Creating Jobs, and (4) Improving the Investment Climate. The document is available at: http://mfa.gov.af/Content/files/Realizing%20Self%20Reliance%20-%2025%20November%202014.pdf.

Page 26: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

26 | P a g e

National Priority Programs (NPP):

The Activity fully aligns with GoA’s NPP “Integrated Trade and SME Support Facility” of the private sector development cluster. The International Monetary Fund has the lead in setting overall fiscal priorities, structural benchmarks, and revenue targets with the GoA. This is a key technical assistance mechanism for the GoA to meet these benchmarks and targets. The Contractor must make sure that activity interventions are fully aligned with GoA national priorities. TSS activity interventions will help strengthen the foundations necessary to ensure the country’s sustained export-led economic growth and financial independence.

NPP document is available at: http://policymof.gov.af/national-priority-programs/the-new-npps/

B.20.11 RELATED DONOR AND USG PROGRAMS

TSS interventions must be conducted in consultation and close coordination with other stakeholders from both the public and the private sector. The Contractor must also coordinate and look for synergies with the World Bank, German Development Organization (GIZ), UNCTAD, UNESCAP, and the Asian Development Bank (ADB) as a leading partner in regional integration through the work on Central Asia Regional Economic Cooperation (CAREC) corridors, trade facilitation, private sector development, and the management of the Afghanistan Infrastructure Trust Fund, which is focused on building sustainable infrastructure linkages in the region.

The Contractor must also coordinate its activities with the USG ongoing and upcoming activities described below:

Afghanistan Jobs Creation Program (AJCP): AJCP is a five-year Annual Program Statement (APS) program that will be implemented through a number of smaller awards (grants and/or cooperative agreements) that will address one or two of the following program objectives: a) generate revenue and sustainable jobs by supporting value chain development in MSMEs; and, b) support trade promotion and facilitate afghan businesses in increasing exports. This activity will support businesses throughout different value chains, which will increase their production and export capacities.

Multi-Dimensional Economic Legal Reform Assistance (MELRA): MERLA will deliver policy-level assistance to the GoA to support trade compliance and negotiations, information and communications technology sector development, policy, and strategy development for the mining industry, customs, and export facilitation including support to one-stop- shops for air cargo, and business enabling environment reforms, including support to export processing zones and export financing solutions.

Afghanistan Competitiveness for Export-Oriented Businesses (COMPETITIVENESS): COMPETITIVENESS will support and enhance market-driven growth of Afghan SME enterprises associated with export-oriented value chains and enterprise clusters in Afghanistan.

Commercial Horticulture and Agricultural Marketing Program (CHAMP): CHAMP works with leading Afghan processing and export firms to enhance supply chains, marketing, and export promotion of Afghan fruits and nuts. CHAMP supports traders through its trade offices located in New Delhi, India, Dubai, UAE, and Almaty to boost Afghan agricultural exports in these and other major regional markets. CHAMP is working to strengthen the capacity of local packaging manufacturers, improve the skills of exporters in business administration and finance, establish an Agricultural Export Knowledge Management Unit that will disseminate reliable data on agricultural exports, promote investment in cold

Page 27: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

27 | P a g e

storage and pack house facilities, expand quality standards certification, and support freight and logistics facilitation to promote agricultural trade.

Regional Agricultural Development Program North (RADP-N): RADP-N is a sustainable agriculture development program which works in six provinces of the Northern Region (Jowzjan, Balkh, Samangan, Baghlan, Kunduz and Badakhshan). RADP-N focuses on investing in increased sustainability and profitability of wheat, high value horticulture crops, and livestock to provide food and economic security for rural Afghans in the targeted provinces. The program strengthens farmers' knowledge and skills on improved wheat, high value horticulture crops, and livestock production techniques.

Regional Agricultural Development Program East (RADP-E): RADP-E’s main objective is to foster the expansion of sustainable agriculture-led economic growth in eastern Afghanistan, and to contribute to the development of a vibrant and prosperous agriculture sector in the eastern region. It follows a value-chain approach, working with the private sector to identify constraints to business and value-chain performance, and implement market-based solutions. The activity also provides technical services to increase the competitiveness of the apricot, dairy, tomato, and poultry value chains.

Promote: Women in Economy (WIE): WIE’s objective is to support and empower Afghan women through providing thousands of women with the skills, voice, and resources to contribute to Afghanistan’s economic development and poverty reduction goals and to influence service delivery, education, and workplace policies to respond to the needs of women in Afghanistan. With its focus on both private sector and workforce development, WIE is based in five economic zones across the country and works across 30 Afghan provinces. WIE assists women-owned businesses and businesses that employ at least 10 percent women to perform better, increasing the income growth and sustainability of these businesses.

Extractives Technical Assistance by USGS: The primary purpose of the inter agency partnership between USAID and USGS is to analyze and organize the mineral data from both the USGS archives and Ministry of Mines and Petroleum (MoMP) files in order to create a comprehensive database of minerals, their specific locations, and potential concentrations in Afghanistan. This database will assist the MoMP in determining if investment in mining is a viable strategy and in managing the extractives sector.

B.21 BRANDING STRATEGY

(a) Branding and Marking under this contract must comply with the policies found at USAID Automated Directives System (ADS) Chapter 320. The Contractor can review and download the regulations, guidance, and graphics on branding and marking requirements at https://www.usaid.gov/ads/policy/300/320

(b) In accordance with ADS 320, USAID policy is to require exclusive branding and marking in USAID direct acquisitions using any source of funds. Contractors and subcontractors' corporate identities or logos must not be used on USAID-funded program materials. Marking is not required on Contractor vehicles, offices, office supplies or other commodities used solely for administration of the USAID-funded program. Marking is not permitted on any communications that are strictly administrative, rather than programmatic, in nature. USAID identity is also prohibited on Contractor and recipient communications related to award administration, such as hiring/firing of staff or renting office space and/or equipment.

(c) The Contractor must develop a broad Branding Implementation Plan (BIP) and Marking Plan (MP) for the contract to describe how the program deliverables must be branded and marked. The BIP must implement the USAID branding strategy below for the TSS contract:

Page 28: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

28 | P a g e

Activity Name: Trade Show Support (TSS)

Branding: How the USAID logo will be positioned on materials and communications: All USAID logos on materials and communications produced under this contract must be positioned in accordance with the standardized USAID regulations on branding. The Contractor must use full branding and the USAID tagline “From the American People” on materials and communications, which may be translated into local languages as appropriate. Co-branding and no branding must only be considered on a case-by-case basis as considered appropriate by the Contracting Officer (CO) and Contracting Officer’s Representative (COR).

Desired level of visibility: All branding must comply with the standardized USAID regulations on branding and USAID identity must be prominently displayed on commodities or equipment. All branding for USAID, its partners, and other USG and non-USG entities engaged in a specific activity implemented under this contract, must have equal representation on all public or internal documentation and communications, commodities or equipment, publications, advertising, presentations, studies, reports, websites, brochures, and events.

Organizations to be acknowledged: When activities occur in coordination with other USG or non-USG partners, acknowledgement of the contribution and efforts of these organizations must be included in any relevant public or internal documentation, publications, advertising, presentations, brochures, etc. Project documents must not use the Contractor’s logo, but must acknowledge that the document was prepared for USAID/Afghanistan.

Communication Strategy: The Contractor must develop a comprehensive communications strategy that will focus on two distinct levels. It will shape the internal and external environment and atmosphere in which the activity will operate. The communication messaging should be culturally appropriate and effective to ensure that the target audience can easily understand the message in their context. The internal strategy will announce the program to major financial sector players, the activities’ potential partners, and direct beneficiaries, financial sector service providers and associations, financial institutions, business associations, Mobile Network Operators (MNOs) and Micro, Small and Medium sized Enterprises (MSMEs) as well as other USAID and donors projects. It will enable the sharing of information and ideas, support interaction and create cohesion among the stakeholders. An external strategy will shape the understanding of external stakeholders, including those who play a crucial role in the development of the financial sector and expanding access to finance, including central and local government, courts, Parliament, religious and community leaders, etc. The strategy must focus on encouraging support and linking diverse players as well as minimize possible opposition to the activity’s interventions.

B.22 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 should 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.

Page 29: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

29 | P a g e

(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 should be retained by the Contractor.

B.23 ANTICIPATED ELEMENTS OF MARKING

(a) In accordance with ADS 320.3.2.3, a Marking Plan must be developed by Contractors to enumerate the public communications, commodities, and program materials and other items that visibly bear or will be marked with the USAID Identity. As stated in ADS 320.3.2, USAID’s policy is that programs, projects, activities, public communications, or commodities implemented or delivered under contracts and subcontracts exclusively funded by USAID are marked exclusively with the USAID Identity. Where applicable, a host-country symbol or ministry logo, or another U.S. Government logo may be added.

(b) Except for the manufacturer’s trademark on a commercial item, the corporate identities or logos of contractors or subcontractors are not permitted on USAID-funded program materials and communications, unless specified in the USAID Graphic Standards Manual or approved in advance by the Principal Officer.

(c) The Marking Plan may include requests for exceptions to marking requirements for programmatic reasons, to be approved by the Contracting Officer. Section 320.3.2.4 describes what the Marking Plan must address. Section 320.3.2.5 lists the exceptions to Marking Plan requirements.

(d) Waivers, as defined by ADS 320, may be necessary for compelling political, safety or security concerns, or if the marking will have an adverse effect in the host country. 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. (e) The Contractor’s Branding Implementation Plan and Marking Plan are hereby incorporated into the contract.

B.24 REPORTS/DELIVERABLES

(a) In addition to the requirements set forth for submission of reports in Section B and in accordance with AIDAR clause 752.242-70, Periodic Progress Reports, the Contractor must submit all plans, reports and other deliverables required by this contract electronically to the designated COR, with a copy to the Contracting Officer.

(b) The Contractor is responsible for providing these plans and reports. The Contractor must allow at least 10 calendar days for review and comments from the COR on any draft plans and reports.

(c) The Contractor must submit the plans and reports set forth in this section to the COR as described below. All plans and reports must be produced in English.

1. Annual Work Plan (AWP)

Annual work plans are required throughout the life of the contract. The Contractor must submit annual work plans describing how the Contractor intends to implement and organize each year’s work to the COR. It must be a coherent, realistic, evolving work plan, developed with full participation of USAID COR, consultations with other USAID-funded implementing partners, other donor organizations, and

Page 30: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

30 | P a g e

project counterparts, as appropriate. The first year work plan must be submitted within 30 calendar days after the award date. Subsequent work plans must be submitted 21 calendar days prior to the start of the following activity year.

The Contractor must submit a work plan for each year, to the COR for review and approval. Dependent upon award date, it may be requested that annual work plans be delineated by fiscal quarter. This may be a revised and refined version of the draft work plan submitted with the proposal. The Contractor must incorporate any required revisions into a final work plan after receipt of USAID COR comments. If accepted, the COR will provide a written approval of the final work plan to the Contractor. Should a revised work plan be necessary because of changes of activities, performance indicators or performance targets or other reasons, the Contractor must submit a revised work plan to the COR for review and approval.

The work plan must include a schedule of activities and tasks planned to be conducted, and the inputs planned to be provided by the Contractor. This must include a description of planned activities and tasks and an estimated budget organized by component and, as appropriate, by sub-component. The work plan must be accompanied by a financial plan linked to the activities proposed in the work plan. The work plan must also describe contract-level outputs that the Contractor expects to achieve during the period, linked to the performance indicators set forth in the Monitoring and Evaluation Plan.

2. Activity Monitoring, Evaluation and Learning Plan (AMELP)

The Contractor must submit a draft Activity Monitoring, Evaluation and Learning Plan (AMELP) to the COR within 30 days of the effective date of this contract. The AMELP will cover the entire period of the activity and must include, but not limited to the following: (1) the results to be achieved by the activity; (2) the indicators to be used to measure achievement of the results; (3) the method of data collection to be used to obtain the indicator data and the frequency at which each will be collected (monthly, quarterly, semi-annually); and (4) targets for each contract period. USAID will review the draft AMELP and provide comments/suggestions within 30 calendar days of receipt. The Contractor must then submit a final AMELP to the USAID COR for approval not later than 15 calendar days from receipt of USAID’s comments and/or suggestions.

3. Closeout Plan

The Contractor must submit a closeout plan for COR approval 90 calendar days before the contract end date. The Plan must include an illustrative Property Disposition Plan, a plan for the phase-out of the in-country operations (if applicable), a delivery schedule for all reports or other deliverables remaining under the contract, and a timetable for completing all required actions in the Plan, including the submission date of the final Property Disposition Plan to the Contracting Officer.

(d) All reports and deliverables must be submitted electronically to the USAID COR, with a copy to the Contracting Officer. After USAID COR approval, reports must be uploaded to the Development Experience Clearinghouse (DEC) https://dec.usaid.gov, as appropriate. Reporting requirements are as follows:

All reporting (whether programmatic or financial) must be consolidated nationally and disaggregated by regions and by location, if applicable. The Contractor must be able to provide upon request, as well as periodically specified, a list of activities that TSS activity has accomplished, and that are planned; nationally, and by location. TSS activity will need to quantify both direct and indirect expenditures, past and planned, nationally, and by location.

Page 31: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

31 | P a g e

4. Annual Reports

The Contractor must submit a draft annual report, capturing results against the AMELP in a format agreed with by the COR within 30 calendar days of the end of each project year. Dependent upon award date, it may be requested that annual work plans periods be shifted slightly to align with fiscal reporting years. The COR will provide comments on the draft Annual Report and the Contractor must then submit a final report to the COR for approval. The final format of the report must be agreed upon in consultation with the COR. The annual report for Year 3 will be incorporated into the Final Project Report.

5. Foreign Assistance (“F”) Framework and other Reporting

The Contractor must provide input to the Mission’s annual Operational Plan (OP) upon COR requests, and to the Mission’s Performance Plan and Report (PPR). The purpose of the Mission’s Operational Plan, completed each spring is to set targets for results projected for the following fiscal year. The purpose of the PPR, completed each fall, is to capture results achieved by USAID/Afghanistan during the prior fiscal year and report against targets that were outlined in the Operational Plan.

As part of its input for these reports, the Contractor is required to set targets for and report on “standard indicators” under the “F” framework, in addition to “custom” indicators that it develops under its AMELP. The “F” indicators are subject to change as the “F” process evolves.

6. Short-Term Consultant Reports (if applicable)

Unless otherwise agreed to in writing by the COR, the Contractor must submit within 15 working days following departure of a Consultant, a brief written report that describes the purpose of the consultancy, progress made, and any observations to be shared; issues identified and/or problems encountered; and details on the follow-up activities by resident Contractor staff, as well as actions to be performed by participating counterparts. In some cases, the COR will request a briefing from the consultant prior to his/her departure from Afghanistan.

7. Other Ad-hoc Reports

As may be required from time to time, the Contractor must prepare and present data and other information needed for periodic portfolio reviews, for USAID/Afghanistan Annual Report and Congressional Budget Justifications, scene setters, briefing packages, speeches, talking points, congressional delegation briefings, success stories, press releases, and public information/outreach documents. This information will address activities that highlight the impact of USAID/Afghanistan activities. The reports will be on an ad-hoc basis, based on specified formats, USAID-required processes, within the scope of the contract and at the request of TSS COR.

8. 5. Quarterly Financial Reporting

The Contractor must submit to the COR and to the Office of Financial Management (OFM) of USAID/Afghanistan within 15 calendar days after the end of each fiscal quarter. The quarterly financial report must contain:

a summary page which shows spending for the quarter by line item as provided in the budget; cumulative spending to date, available funding for the remainder of the activity; cumulative spending per event broken down by labor category or material unit, number of units and cost (for all events with an approved event plan);

Page 32: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

32 | P a g e

any variances from planned expenditures; and Expenditures by results, as well as by location, if applicable.

If there are significant accrued expenditures for the quarter being reported upon which for some reasons have not yet been billed to the contract, the Contractor must include a brief note to that effect, with the specific amount involved, thus enabling the COR to accurately track TSS expenditure rate.

9. Final/Completion Report

The Contractor must prepare and submit electronically to the COR, 30 days before the end of the contract, a detailed draft final/completion report which summarizes the accomplishments and impact in relation to the expected results and AMELP, and recommendations regarding future and unfinished work. The report shall include, but not be limited to:

A discussion on the impact of the activity on the exports as compared to baseline conditions and data, and an analysis of Afghanistan’s trade regime overall with recommendations for change; A description of all businesses, associations, agencies, institutions and organizations worked with in connection with activity 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 activity results and any explanatory background; A final financial report showing the amounts expended and remaining; if any and Attest that all relevant reports have been submitted to the Development Experience Clearinghouse (DEC).

The final/completion report must also contain an index of all 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 COR and the CO will provide written comments, which the Contractor must address in the revised report and will submit the final/completion report.

10. Reporting Schedule

Plans, Reports and Other Documents

Due Date Submit to

Annual Work Plan (AWP) First AWP within 30 calendar days of the effective award date; AWP for subsequent years within 21 calendar days prior to the start of the following activity year

COR/CO

Activity Monitoring, Evaluation and Learning Plan (AMELP)

Within 30 calendar days of the effective award date

COR/CO

Closeout Plan 90 calendar days before the end date of the award

COR/CO

Annual Report Within 30 calendar days of the end of each year

COR/CO

Short-Term Consultant Reporting (if applicable)

Within 15 working days of the end of assignment

COR

Page 33: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

33 | P a g e

Other Ad-hoc Reports Upon request COR

Quarterly Financial Reports Within 15 calendar days of the end of the fiscal quarter

COR/CO

Final/Completion Report 30 days before the award end dateFinalized before award end date

COR/ CO

(d) DELIVERABLES

1. Deliverables Schedule

Deliverable Component Output Due date for submission to USAID

Large Trade Show – Mumbai, India

Component 1/3 Trade show 1 report Draft - Within 15 calendar days after the event

Large Trade Show – TBD

Component 1/3 Trade show 2 report Draft - Within 15 calendar days after the event

Large Trade Show – TBD

Component 1/3 Trade show 3 report Draft - Within 15 calendar days after the event

Small Trade Show – TBD

Component 1/3 Trade show 4 report Draft - Within 15 calendar days after the event

Small Trade Show – TBD

Component 1/3 Trade show 5 report Draft - Within 15 calendar days after the event

Discrete GoA Supported Trade Events

Component 2 Reports from smaller events (8)

Draft -Within 15 calendar days after the event

2. Specific Trade Show/Event Monitoring and Reporting

After each event that is organized, executed, or partially supported by TSS, the Contractor must submit comprehensive draft event reports to the COR within 15 calendar days after the event. These reports will vary in length and depth depending on the size and scale of the Contractor’s support. The reports for the large events for which the Contractor is responsible to plan, organize, facilitate, and execute (Component 1) shall include the data on the indicators provided in Section B.21.6, as applicable. In addition, these reports should information on best practices and lessons learned, any recommendations for improvement for the next trade shows and data on the following information indicators:

Amount of sales generated from supported business events (in total and per event);* Number of deals made at the events (disaggregated by product/sector/country);* Amount of investment generated as a result of trade shows (in total and per event disaggregated by product/sector);

Page 34: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

34 | P a g e

Number of Memoranda of Understanding (MOUs) signed for prospective deals (disaggregated by product/sector/country);* Number of Afghan exporters attending trade shows (disaggregated by gender);* Funds Leveraged from public and private sector resources (by actual and percentage of total event cost); and Degree to which business associations benefiting from TSS training and other capacity building efforts report increased capacity.

*Will also be tracked for discrete MoCI supported events.

In each event report, the Contractor must include success stories and which provide information that demonstrates the impact that the activity has had during the event through materials such as stories, quotes and photos. The reports must also discuss interaction with counterparts, and any necessary alterations (including cause) made to the event work plan and initial timetable.

The format of the report will be agreed upon in consultation with the COR. The final event report must be submitted within 7 calendar days upon receipt of COR comments. As directed by the COR, a brief summary of event reports in local languages, Pashto and Dari, may be required.

All event reports specified above must be submitted to USAID in electronic form.

B.25 REPORTING FORMAT

(a) The cover page of all reports must include the USAID identity (U.S. Agency for International Development/Afghanistan) prominently displayed, the contract number, Contractor name, name of the USAID activity office (Office of Economic Growth), the publication or issuance date of the document, document title, author name(s), activity number, and activity title. Descriptive information is required whether Contractor-furnished products are submitted in paper or electronic form. All materials must include the name, organization, address, and telephone/fax/internet number of the person submitting the materials.

(b) Hard copy reports must be prepared on non-glossy paper (preferable recycled and white or off-white) using black print. Elaborative artwork, multi-colored printing, and expensive bindings are not to be used. Whenever possible, pages must be printed on both sides.

(c) Electronic formats must be submitted with the following descriptive information:

(1) Operating system format, e.g. Windows compatible; (2) Name of application software used to create the files; e.g. Word Version 2010; (3) The format for any graphic and/or image files included, e.g., TIFF-compatible; (4) Any other necessary information, e.g.; special backup or data compression routines/software

used for storing/retrieving submitted data; and (5) All files that are submitted must be unlocked.

The Contractor will submit all reports in electronic format (word and pdf) to the COR and CO, unless otherwise specified in this contract.

Page 35: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

35 | P a g e

B.26 LANGUAGE OF REPORTS AND OTHER OUTPUTS

All reports and other outputs must be in the English language, unless otherwise specified by the COR. See also AIDAR 752.211-70, Language and Measurement (June 1992), incorporated by reference into this contract. Any supplements presented in a language other than English must be accompanied by a certified translation.

B.27 KEY PERSONNEL

(a) Key personnel are not limited to expatriates or U.S. citizens. USAID seeks to emphasize its support for capacity building and professional development of Afghan staff, and the Contractor is encouraged to maximize use of local experts in key positions over the life of the activity.

The position of the Trade Show Support Activity Project Manager (TSS PM) is designated as Key Personnel that the Contractor must furnish for the performance of this contract.

The TSS PM is responsible for leading the project, coordination of the project activities with relevant donor agencies, private sector and other government organizations. S/he is required to ensure that established standard operating procedures and practices are in place during activity start up. The TSS PM must be engaged full time in Year 1 in order to establish procedures and practices, while in the second and the third year his/her level of effort is expected to decrease under the assumption that everything will be set in Year 1.

(b) Key personnel are considered to be essential to the work being performed hereunder. Prior to replacing any of the specified individuals, the Contractor must notify both the Contracting Officer and the USAID COR reasonably in advance and must submit written justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the program. No replacement of key personnel must be made by the Contractor without the written consent of the Contracting Officer.

(c) The Contracting Officer reserves the right to change the designation of “key personnel” in the interest of activity management for reasons such as the Contractor’s introduction of staff changes that place non-key staff in the position of supervising or otherwise directing key personnel.

B.28 PERFORMANCE STANDARDS

(a) USAID will evaluate Contractor's overall performance in accordance with the performance standards set forth in Section B and FAR 42.15, corresponding USAID procedures, achievement of objectives, outcomes and results and the adherence to the annual work plan, reporting against its Monitoring and Evaluation Plan, and submission of deliverables outlined in this contract.

(b) USAID will evaluate the Contractor’s performance during the initial, intermediate, and final periods of the contract in accordance with the Contractor Performance Assessment Reporting System (CPARS). The Contracting Officer and the COR will jointly conduct the evaluation of the Contractor’s overall performance. This evaluation will form the basis of the Contractor’s permanent performance record under this contract.

(c) The following general performance standards must form the basis of the evaluation for the Contractor Performance Assessment Report (CPAR).

Page 36: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

36 | P a g e

I. QUALITY OF PRODUCT AND SERVICE

The Contractor’s conformance to contract requirements, specifications, and standards of good workmanship (e.g., commonly accepted technical, professional, environmental, or safety and health standards) will be evaluated. Examples include:

Are reports/data accurate? Does the product or service provided meet the specifications of the contract/order? Does the Contractor’s work measure up to commonly accepted technical or professional standards?What degree of Government technical direction was required to solve problems that arose during performance? To what degree did the Contractor incorporate private sector-financed event components (cleared by USAID) that added value for Afghan Traders and event attendees?

II. SCHEDULE

The Contractor’s timeliness against the completion of the contract, delivery schedules, and administrative requirements (e.g., efforts that contribute to or affect the schedule variance) will be evaluated. Examples include:

Did the Contractor adequately schedule the work? Has the Contractor met administrative milestone dates? Has the Contractor met milestone dates specified by contract or agreed to in the activity schedule/event plans? If the schedule has slipped through the contractor’s fault or negligence, has the Contractor taken appropriate corrective action of his own volition? Has the Contractor furnished all required reports and deliverables on or ahead of schedule? Has the Contractor furnished updated activity schedules on a timely basis?

III.COST CONTROL/EFFECTIVENESS

The Contractor’s effectiveness in forecasting, managing, and controlling contract cost will be evaluated. Examples include:

Does the Contractor keep within the total estimated cost (what is the relationship of the negotiated costs and budgeted costs to actuals)? Did the Contractor do anything innovative that resulted in cost savings? Were billings current, accurate and complete? Are the Contractor’s budgetary internal controls adequate? How successfully (measured by a percentage of total event cost) did the Contractor leverage private sector funds to cover the discrete components of trade shows/events via sponsorships, at a cost savings to the government, etc?

IV. MANAGEMENT

The Contractor’s performance in selecting, retaining, supporting and replacing key personnel, when necessary, will be evaluated. Examples include:

Page 37: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

37 | P a g e

How well did the Contractor match the qualifications of the key position, as described in the contract/order, with the person who filled the key position? Did the Contractor support key personnel so they were able to work effectively? If a key person did not perform well, what action was taken by the Contractor to correct this? If a replacement of a key person was necessary, did the replacement meet or exceed the qualifications of the position as described in the contract/order schedule? To what degree were Contractor personnel responsive during USAID/Afghanistan operating hours?

V. REGULATORY COMPLIANCE

The Contractor’s compliance with all terms and conditions in the contract/order relating to applicable regulations and codes will be evaluated. Examples include:

Has the Contractor complied with all contract clause requirements? Has the Contractor complied with the reporting requirements of the contract? Has the Contractor complied with the quality assurance surveillance plan? Has the Contractor complied with specifications or other contractual requirements in the contract such as FAPIIS reporting, CAS reporting, safety requirements, environmental reporting, and standard and unique contract requirements specific to that contract?

VI. OTHER AREAS

As applicable in those instances where an aspect of the Contractor's performance does not fit into any of the other criteria.

B.29 - CONFIDENTIALITY AND OWNERSHIP OF INTELLECTUAL PROPERTY

All reports generated and data collected during this project shall be considered the property of USAID and shall not be reproduced, disseminated or discussed in open forum, other than for the purposes of completing the tasks described in this document, without the express written approval of a duly authorized representative of USAID. All findings, conclusions and recommendations shall be considered confidential and proprietary.

[END OF SECTION B]

Page 38: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

38 | P a g e

SECTION C – CONTRACT CLAUSES/SPECIAL CONTRACT REQUIREMENTS

C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one of more clauses and provisions incorporated by reference, 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. Also, see http://acquisition.gov/far/index.html for electronic access to the full text of a FAR clause and AIDAR https://www.usaid.gov/ads/policy/300/aidar

NUMBER TITLE DATE

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) 52.202-1 DEFINITIONS NOV 2013 52.203-11

52.203-12

CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS

SEP 2007 OCT 2010

52.203-15 WHISTLEBLOWER PROTECTIONS UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 JUNE 2010

52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST DEC 2011 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS—REPRESENTATION JAN 2017 52.203.19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS JAN 2017 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER MAY 2011 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS OCT 2015 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2016 52.204-14 SERVICE CONTRACT REPORTING REQUIREMENTS OCT 2016 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.204.19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND

CERTIFICATIONS DEC 2014 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFOR- MATION SYSTEMS JUN 2016 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT OCT 2015 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS NOV 2015 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS ALTERNATE – I JAN 2017 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES FEB 1997 53.222-3 CONVICT LABOR JUN 2003 52.222-17 DISPLACEMENT OF QUALIFIED WORKERS MAY 2014

Page 39: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

39 | P a g e

52.222-21 PROHIBITION OF SEGREGATED FACILITIES APR 2015 52.222-26 EQUAL OPPORTUNITY. SEP 2016 52.222-29 NOTIFICATION OF VISA DENIAL. APR 2015 52.222-35 EQUAL OPPORTUNITY FOR VETERANS OCT 2015 52.222-37 EMPLOYMENT REPORTS ON VETERANS FEB 2016 52.222-41 SERVICE CONTRACT LABOR STANDARDS MAY 2014 52.222-50 COMBATING TRAFFICKING IN PERSONS MAR 2015 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION OCT 2015 52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 DEC 2015 52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 JAN 2017 52.223-6 DRUG-FREE WORKPLACE. MAY 2001 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011 52.224-1 PRIVACY ACT NOTIFICATION APR 1984 52.224-2 PRIVACY ACT APR 1984 52.224-3 PRIVACY TRAINING JAN 2017 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT FEB 2000 52.225-19 CONTRACTOR PERSONNEL IN A DESIGNATED OPERATION AREA OR SUPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED STATES MAR 2008 52.225-26 CONTRACTORS PERFORMING PRIVATE SECURITY FUNCTIONS OUTSIDE THE UNITED STATES OCT 2016 52.227-14 RIGHTS IN DATA-GENERAL MAY 2014 52.227-23 RIGHTS TO PROPOSAL DATA (TECHNICAL) JUNE 1987 52.228-3 WORKERS' COMPENSATION INSURANCE (DEFENSE BASE ACT) JUL 2014 52.228-9 CARGO INSURANCE MAY 1999 52.229-8 TAXES - FOREIGN COST REIMBURSEMENT CONTRACTS MAR 1990 52.230-2 COST ACCOUNTING STANDARDS OCT 2015 52.230-3 DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES OCT 2015 52.230-4 DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES- FOREIGN CONCERNS OCT 2015 52.230-6 ADMINISTRATION OF COST ACCOUNTING STANDARDS JUN 201052.232-7 PAYMENTS UNDER TIME-AND-MATERIALS AND LABOR-HOUR CONTRACTS AUG 2012 52.232-16 PROGRESS PAYMENTS APR 2012 52.232-17 INTEREST MAY 2014 52.232-18 AVAILABILITY OF FUNDS APR 1984 52.232-23 ASSIGNMENT OF CLAIMS MAY 2014 52.232-25 PROMPT PAYMENT JAN 2017 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER – SYSTEM FOR AWARD MANAGEMENT APR 2012 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 2013 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 ALTERNATE I JUN 1985

Page 40: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

40 | P a g e

52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 2004 52.237-8 RESTRICTIONS ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS AUG 2003 52.237-10 IDENTIFICATION OF UNCOMPENSATED OVERTIME MAR 2015 52.242-3 PENALTIES FOR UNALLOWABLE COSTS MAY 2014 52.242-4 CERTIFICATION OF FINAL INDIRECT COSTS JAN 1997 52.242-13 BANKRUPTCY JUL 1995 52.242-15 STOP-WORK ORDER AUG 1989 52.243-3 CHANGES -- COST-TIME-AND-MATERIALS OR LABOR-HOUR SEPT 2000 52.243-7 NOTIFICATION OF CHANGES JAN 2017 52.244-2 SUBCONTRACTS OCT 2010 ALTERNATE I JUNE 2007 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS NOV 2017 52.245-1 GOVERNMENT PROPERTY JAN 2017 52.246-6 INSPECTION – TIME-AND-MATERIAL AND LABOR-HOUR MAY 2001 52.246-25 LIMITATION OF LIABILITY - SERVICES. FEB 1997 52.247-63 PREFERENCE FOR U.S.-FLAG AIR CARRIERS JUN 2003 52.247-64 PREFERENCE FOR PRIVATELY OWNED U.S.FLAG COMMERCIAL VESSELS FEB 2006 52.249-6 TERMINATION (COST-REIMBURSEMENT) MAY 2004 ALTERNATE IV SEP 1996 52.249-14 EXCUSABLE DELAYS. APR 1984 52.253-1 COMPUTER GENERATED FORMS JAN 1991

NUMBER TITLE DATE

AIDAR 48 CFR CHAPTER 7

752.202-1 DEFINITIONS JAN 1990 752.204-71 PARTNER VETTING FEB 2012 752.209-71 ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVERED AFTER AWARD JUN 1993 752.211-70 LANGUAGE AND MEASUREMENT JUN 1992 752.225-70 SOURCE AND NATIONALITY REQUIREMENTS FEB 2012 752.228-3 WORKER'S COMPENSATION INSURANCE (DEFENSE BASE ACT) DEC 1991 752.228-9 CARGO INSURANCE DEC 1998 752.228-70 MEDICAL EVACUATION (MEDEVAC) SERVICES JUL 2007 752.231-71 SALARY SUPPLEMENTS FOR HOST GOVERNMENT EMPLOYEES MAR 2015 752.245-70 GOVERNMENT PROPERTY-USAID REPORTING REQUIREMENTS JUL 1997 752.245-71 TITLE TO AND CARE OF PROPERTY APR 1984 752.252-1 SOLICITATION PROVISIONS INCORPORATED MAR 2015 BY REFERENCE 752.252-2 CLAUSES INCORPORATED BY REFERENCE MAR 2015752.7001 BIOGRAPHICAL DATA JUL 1997 752.7002 TRAVEL AND TRANSPORTATION JAN 1990 752.7004 EMERGENCY LOCATOR INFORMATION JUL 1997 752.7006 NOTICES APR 1984 752.7007 PERSONNEL COMPENSATION JUL 2007 752.7009 MARKING JAN 1993

Page 41: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

41 | P a g e

752.7013 CONTRACTOR - MISSION RELATIONSHIPS OCT 1989 752.7014 NOTICE OF CHANGES IN TRAVEL REGULATIONS JAN 1990 752.7023 REQUIRED VISA FORM FOR USAID PARTICIPANTS APR 1984 752.7025 APPROVALS APR 1984 752.7027 PERSONNEL DEC 1990 752.7028 DIFFERENTIAL AND ALLOWANCES. JUL 1996 752.7032 INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION REQUIREMENTS APR 2014 752.7033 PHYSICAL FITNESS JUL 1997 752.7034 ACKNOWLEDGMENT AND DISCLAIMER DEC 1991 752.7035 PUBLIC NOTICES DEC 1991 752.7036 USAID IMPLEMENTING PARTNER NOTICES (IPN) PORTAL FOR ACQUISITION JUL 2014 752.7038 NONDISCRIMINATION AGAINST END-USERS OF SUPPLIES OR SERVICES OCT 2016

C.2 52.252-4 ALTERATIONS IN CONTRACT (APR 1984)

Portions of this contract are altered as follows:

(a) In the clause entitled “Rights to Proposal Data (Technical)” (FAR 52.227-23), insert "N/A" in the first blank, and insert "as shown in the proposal(s) submitted in response to the solicitation from which this contract resulted" in the second blank.

(b) If the clause entitled "Cargo Insurance" (FAR 52.228-9) applies, insert "N/A" and "N/A" in the blanks in paragraph (a), and "USAID" in the blanks in paragraphs (b) and (c).

(c) In the clause entitled "Taxes - Foreign Cost Reimbursement Contracts" (FAR 52.229-8), insert "the Cooperating Country" and "the Cooperating Country", respectively, in the blanks.

(d) In the clause entitled "Notification of Changes" (FAR 52.243-07), insert "7 days" in the blank in paragraph (b), and insert "30 days" in the blank in paragraph (d).

(e) In the clause entitled "Subcontracts" (FAR 52.244-2, Alternate I), insert "Any subcontract for which consent or approval is required by this clause and/or the resulting contract from this solicitation which have not been listed in paragraph (j) below" in the blank at the end of paragraph (d).

(f) In the clause entitled "Subcontracts" (FAR 52.244-2, Alternate I), insert the following in the blank at the end of paragraph (j):______ (Subcontractors for which consent is provided, if any, will be inserted here in the contract resulting from this solicitation).

C.3 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 90 days.

Page 42: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

42 | P a g e

C.4 52.219-17 SECTION 8(A) AWARD (JAN 2017)

(a) By execution of a contract, the Small Business Administration (SBA) agrees to the following:

(1) To furnish the supplies or services set forth in the contract according to the specifications and the terms and conditions by subcontracting with the Offeror who has been determined an eligible concern pursuant to the provisions of section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)).

(2) Except for novation agreements, delegates to the USAID/Afghanistan the responsibility for administering the contract with complete authority to take any action on behalf of the Government under the terms and conditions of the contract; provided, however that the contracting agency shall give advance notice to the SBA before it issues a final notice terminating the right of the subcontractor to proceed with further performance, either in whole or in part, under the contract.

(3) That payments to be made under the contract will be made directly to the subcontractor by the contracting activity.

(4) To notify the USAID/Afghanistan Contracting Officer immediately upon notification by the subcontractor that the owner or owners upon whom 8(a) eligibility was based plan to relinquish ownership or control of the concern.

(5) That the subcontractor awarded a subcontract hereunder shall have the right of appeal from decisions of the cognizant Contracting Officer under the “Disputes” clause of the subcontract.

(b) The offeror/subcontractor agrees and acknowledges that it will, for and on behalf of the SBA, fulfill and perform all of the requirements of the contract.

(c) The offeror/subcontractor agrees that it will not subcontract the performance of any of the requirements of this subcontract to any lower tier subcontractor without the prior written approval of the SBA and the cognizant Contracting Officer of the USAID/Afghanistan

C.5 FAR 52.217-2 CANCELLATION UNDER MULTI-YEAR CONTRACTS (OCT 1997)

(a) “Cancellation,” as used in this clause, means that the Government is canceling its requirements for all supplies or services in program years subsequent to that in which notice of cancellation is provided. Cancellation shall occur by the date or within the time period specified in the Schedule, unless a later date is agreed to, if the Contracting Officer --

(1) Notifies the Contractor that funds are not available for contract performance for any subsequent program year; or

(2) Fails to notify the Contractor that funds are available for performance of the succeeding program year requirement.

(b) Except for cancellation under this clause or termination under the Default clause, any reduction by the Contracting Officer in the requirements of this contract shall be considered a termination under the Termination for Convenience of the Government clause.

Page 43: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

43 | P a g e

(c) If cancellation under this clause occurs, the Contractor will be paid a cancellation charge not over the cancellation ceiling specified in the Schedule as applicable at the time of cancellation.

(d) The cancellation charge will cover only --

(1) Costs --

(i) Incurred by the Contractor and/or subcontractor;

(ii) Reasonably necessary for performance of the contract; and

(iii) That would have been equitably amortized over the entire multi-year contract period but, because of the cancellation, are not so amortized; and

(2) A reasonable profit or fee on the costs.

(e) The cancellation charge shall be computed and the claim made for it as if the claim were being made under the Termination for Convenience of the Government clause of this contract. The Contractor shall submit the claim promptly but no later than 1 year from the date --

(1) Of notification of the non-availability of funds; or

(2) Specified in the Schedule by which notification of the availability of additional funds for the next succeeding program year is required to be issued, whichever is earlier, unless extensions in writing are granted by the Contracting Officer.

(f) The Contractor’s claim may include --

(1) Reasonable nonrecurring costs (see Subpart 15.4 of the Federal Acquisition Regulation) which are applicable to and normally would have been amortized in all supplies or services which are multi-year requirements;

(2) Allocable portions of the costs of facilities acquired or established for the conduct of the work, to the extent that it is impracticable for the Contractor to use the facilities in its commercial work, and if the costs are not charged to the contract through overhead or otherwise depreciated;

(3) Costs incurred for the assembly, training, and transportation to and from the job site of a specialized work force; and

(4) Costs not amortized solely because the cancellation had precluded anticipated benefits of Contractor or subcontractor learning.

(g) The claim shall not include --

(1) Labor, material, or other expenses incurred by the Contractor or subcontractors for performance of the canceled work;

(2) Any cost already paid to the Contractor;

Page 44: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

44 | P a g e

(3) Anticipated profit or unearned fee on the canceled work; or

(4) For service contracts, the remaining useful commercial life of facilities. “Useful commercial life” means the commercial utility of the facilities rather than their physical life with due consideration given to such factors as location of facilities, their specialized nature, and obsolescence.

(h) This contract may include an Option clause with the period for exercising the option limited to the date in the contract for notification that funds are available for the next succeeding program year. If so, the Contractor agrees not to include in option quantities any costs of a startup or nonrecurring nature that have been fully set forth in the contract. The Contractor further agrees that the option quantities will reflect only those recurring costs and a reasonable profit or fee necessary to furnish the additional option quantities.

(i) Quantities added to the original contract through the Option clause of this contract shall be included in the quantity canceled for the purpose of computing allowable cancellation charges.

C.6 AIDAR 752.222-70 USAID DISABILITY POLICY (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 USAID's policy can be found at the following Web site: http://pdf.usaid.gov/pdf_docs/PDABQ631.pdf.

(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 Contractor's actions must demonstrate a comprehensive and consistent approach for including men, women, and children with disabilities.

C.7 752.222-71 NONDISCRIMINTATION (JUNE 2012)

FAR part 22 and the clauses prescribed in that part prohibit contractors performing in or recruiting from the U.S. from engaging in certain discriminatory practices.

USAID is committed to achieving and maintaining a diverse and representative workforce and a workplace free of discrimination. Based on law, Executive Order, and Agency policy, USAID prohibits discrimination in its own workplace on the basis of race, color, religion, sex (including pregnancy and gender identity), national origin, disability, age, veteran's status, sexual orientation, genetic information, marital status, parental status, political affiliation, and any other conduct that does not adversely affect the performance of the employee. USAID does not tolerate any type of discrimination (in any form, including harassment) of any employee or applicant for employment on any of the above-described bases.

Page 45: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

45 | P a g e

Contractors are required to comply with the nondiscrimination requirements of the FAR. In addition, the Agency strongly encourages all its contractors (at all tiers) to develop and enforce nondiscrimination policies consistent with USAID's approach to workplace nondiscrimination as described in this clause, subject to applicable law.

(End of clause)

C.8 AIDAR 752.231-72 CONFERENCE PLANNING AND REQUIRED APPROVALS (AUGUST 2013)

(a) Definitions. Conference means a seminar, meeting, retreat, symposium, workshop, training activity or other such event that requires temporary duty travel of USAID employees. For the purpose of this policy, an employee is defined as a U.S. direct hire; personal services Contractor, including U.S. PSCs, Foreign Service National (FSN)/Cooperating Country National (CCN) and Third Country National (TCN); or a Federal employee detailed to USAID from another government agency.

(b) The Contractor must obtain approval from the contracting officer or the contracting officer's representative (COR), if delegated in the Contracting Officer's Representative Designation Letter, as prescribed in 731.205-43, prior to committing costs related to conferences funded in whole or in part with USAID funds when:

(1) Twenty (20) or more USAID employees are expected to attend.

(2) The net conference expense funded by USAID will exceed $100,000 (excluding salary of employees), regardless of the number of USAID participants.

(c) Conferences approved at the time of award will be incorporated into the award. Any subsequent requests for approval of conferences must be submitted by the Contractor to the USAID Contracting Officer Representative (COR). The Contracting Officer Representative will obtain the required agency approvals and communicate such approvals to the Contractor in writing.

(d) The request for conference approval must include:

(1) A brief summary of the proposed event;

(2) A justification for the conference and alternatives considered, e.g., teleconferencing and videoconferencing;

(3) The estimated budget by line item (e.g., travel and per diem, venue, facilitators, meals, equipment, printing, access fees, ground transportation);

(4) A list of USAID employees attending and a justification for each; and the number of other USAID-funded participants (e.g., institutional Contractors);

(5) The venues considered (including government-owned facility), cost comparison, and justification for venue selected if it is not the lowest cost option;

(6) If meals will be provided to local employees (a local employee would not be in travel status), a determination that the meals are a necessary expense for achieving Agency objectives; and

(7) A certification that strict fiscal responsibility has been exercised in making decisions regarding conference expenditures, the proposed costs are comprehensive and represent the greatest cost advantage to the U.S. Government, and that the proposed conference representation has been limited to the minimum number of attendees necessary to support the Agency's mission.

Page 46: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

46 | P a g e

C.9 AIDAR 752.242-70 PERIODIC PROGRESS REPORTS (OCT 2007)

a) The Contractor shall prepare and submit progress reports as specified in the Schedule of this contract. These reports are separate from the interim and final performance evaluation reports prepared by USAID in accordance with (48 CFR) FAR 42.15 and internal Agency procedures, but they may be used by USAID personnel or their authorized representative 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 Contracting Officer determines that the delay no longer has a detrimental effect on the Government’s ability to monitor the contractor’s progress.

C.10 AIDAR 752.7003 DOCUMENTATION FOR PAYMENT (NOV 1998)

(a) Claims for reimbursement or payment under this contract must be submitted to the Payment Office indicated in the schedule of this contract. The Contracting Officer’s Representative (COR) is the authorized representative of the Government to approve vouchers under this contract. The Contractor must submit either email, paper or fax versions of the SF-1034 –Public Voucher for Purchases and Services Other Than Personal. Each voucher must 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)

Line Item Description

Amount vouchered to date

Amount vouchered this period

001 Product/Service Desc. for Line Item 001 $XXXX.XX $XXXX.XX

002 Product/Service Desc. for Line Item 0002 $XXXX.XX $XXXX.XX

Total $XXXX.XX $XXXX.XX

2) The fiscal report must 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.

Page 47: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

47 | P a g e

BY: ______________________________________ TITLE: ___________________________________DATE: ___________________________________

(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 must be provided to the Contractor’s 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 must 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 un-liquidated 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 must be preserved and made available as part of the Contractor’s records which are required to be presented and made available by the clause of this contract entitled “Audit and Records – Negotiation”.

C.11 AIDAR 752.7005 SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE DOCUMENTS (SEP 2013)

(a) Contract Reports and Information/Intellectual Products.

(1) Within thirty (30) calendar days of obtaining the Contracting Officer Representative's approval, the Contractor must submit to USAID's Development Experience Clearinghouse (DEC) one copy each of reports and information products which describe, communicate or organize program/project development assistance activities, methods, technologies, management, research, results and experience. These reports include: assessments, evaluations, studies, technical and periodic reports, annual and final reports, and development experience documents defined as documents that:

(i) Describe the planning, design, implementation, evaluation, and results of development assistance; and

(ii) Are generated during the life cycle of development assistance programs or activities. The Contractor must also submit copies of information products including training materials, publications, videos and other intellectual deliverable materials required under the Contract Schedule. The following information is not to be submitted:

(A) Time-sensitive materials such as newsletters, brochures or bulletins. (B) The contractor's information that is incidental to award administration, such as financial,

administrative, cost or pricing, or management information.

Page 48: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

48 | P a g e

(2) Within thirty (30) calendar days after completion of the contract, the Contractor must submit to the DEC any reports that have not been previously submitted and an index of all reports and information/intellectual products referenced in paragraph (a)(1) of this clause.

(b) Submission requirements.

The Contractor must review the DEC Web site for the most up-to-date submission instructions, including the DEC address for paper submissions, the document formatting and the types of documents to be submitted. The submission instructions can be found at: https://dec.usaid.gov.

(1) Standards.

(i) Material must not include financially sensitive information or personally identifiable information (PII) such as social security numbers, home addresses and dates of birth. Such information must be removed prior to submission. (ii) All submissions must conform to current USAID branding requirements. (iii) Contract reports and information/intellectual products can be submitted in either electronic (preferred) or paper form. Electronic documentation must comply with Section 508 of the Rehabilitation Act of 1973.(iv) The electronic submissions must consist of only one electronic file, which comprises the complete and final equivalent of the paper copy. (v) Electronic documents must be in one of the National Archives and Records Administration (NARA)-approved formats as described in NARA guidelines related to the transfer of permanent E-records. (See http://www.archives.gov/records-mgmt/initiatives/transfer-to-nara.html).

(2) Bibliographic information.

Descriptive information is required for all contractor products submitted. The title page of all reports and information products must include the contract number(s), contractor name(s), name of the USAID contracting officer's representative, the publication or issuance date of the document, document title, (if non-English, provide an English translation of the title), author name(s), and development objective or activity title (if non-English, provide a translation) and associated number, and language of the document (if non-English). In addition, all hard copy materials submitted in accordance with this clause must have, attached as a separate cover sheet, the name, organization, address, telephone number, fax number, and internet address of the submitting party.

C.12 USAID/AFGHANISTAN CONSENT TO SUBCONTRACTS (DECEMBER 2016)

(a) In accordance with FAR 52.244-2, Subcontracts, Contracting Officer’s consent has been provided to award subcontracts as proposed in the Contractor’s proposal which resulted in the award of this contract to the following firms for the services or supplies specified in the prime Contractor’s proposal:

Name of Sub-Contractor Services/Supplies:

1. Dexis Consulting Group

(b) The Contractor must request Contracting Officer consent and submit the information required by the aforementioned clause for any subcontracts requiring consent but not listed here. In order for the Contractor to receive consent to subcontract; it must address each of the elements in FAR 44.202-2 for each sub-Contractor. If the Contractor chooses not to request consent to subcontract at the time of

Page 49: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

49 | P a g e

proposal submission, it still must identify all sub-Contractors and lower tier sub-Contractors proposed to perform work under the contract.

C.13 USAID/AFGHANISTAN RIGHT TO PROCURE FROM OTHER SOURCES (AUGUST 2016)

The Government, under the terms of this contract, retains the right to procure similar services from other sources during the period of this contract. USAID reserves the right to contract with other entities outside of this contract to develop and/or implement activities and projects, including ones that have been identified, studied, developed and/or designed to a prescribed level by the Contractor under an approved contract.

C.14 USAID/AFGHANISTAN MAXIMIZING USE OF LOCAL ENTITIES (AUGUST 2016)

The Contractor will channel most of the program implementation costs toward Host Country implementers for the carrying out of activities under the contract. In keeping with the principles of designing a program for local entities, and where the Contractor determines that program content and efficiency of implementation will be beneficial, the Contractor is strongly encouraged to sub-contract with local NGOs, and local firms in the implementation of the program.

C.15 USAID/AFGHANISTAN SUB-AWARD REQUIREMENTS (APRIL 2016)

A. Applicability: This section limits the number of tiers of sub-awards to two tiers below the awardee for all awards. The Implementing Partner must not allow lower-tier sub-awards without the express written approval of the Contracting Officer.

B. Definitions: The term "award" in this clause refers to the direct award between USAID and the Contractor A "first-tier sub-award" is a direct award between the Contractor and a sub-awardee (the "first-tier sub-awardee"). A "second-tier sub-award" is a direct award between the first-tier sub-awardee and its sub-awardee (the "second-tier sub-awardee").

C. USAID's objective is to promote, to the extent practicable, competitive, transparent, and appropriate local sub-awards with legitimate and competent sub-awardees. The Contractor must ensure that all sub-awardees at any tier are actively engaged in the performance of sub-awarded work. The Contractor must ensure that sub-awardees do not engage in "brokering" or "flipping" their sub-awards under this award and that all sub-awardees at any tier self-perform appropriate portions of the work. "Brokering" or "flipping" is the practice of a sub-awardee receiving a sub-award and either selling such sub-award or not performing a significant percentage of the work with the sub-awardee’s own organization.

D. Should exceptional circumstances warrant sub-awards below two tiers, the Contractor must promptly request approval in writing from the Contracting Officer, which for contracts may be done in conjunction with a request under FAR 44, provided that the additional information set forth in paragraph E. below is also provided.

E. Contractor written request for approval to allow sub-awardees below the second tier will include the following information: i. Sub-award number and title (or a general description of the sub-award work) of the existing sub-

award;

Page 50: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

50 | P a g e

ii. Detailed explanation regarding why the work to be performed by the lower-tier sub-awardee cannot be performed by the prime or the two levels of sub-awardees.

iii. The total value of the work and total value of the work to be self-performed by the existing sub-awardee;

F. For purposes of calculating tiers, the following will not be considered a tier:

i. subsidiaries of the awardee; ii. members of a joint-venture, provided the joint venture is either the awardee or otherwise a "tier"

hereunder;iii. employment awards for a single individual, provided that such individual issues no further sub-

awards; iv. suppliers/service providers for component parts for a sub-award issued for finished commodities

purchased on the market. Only the sub-awardee supplying the finished commodity will be considered a "tier" for purposes of this clause/provision;

v. suppliers of administrative or professional services incidental to the completion of the award nor their sub-awardees, such as legal or financial services, provided such suppliers or their sub-awardees do not perform substantive work related to the award.

G. Unless an exception is provided per section D. above. The Contractor will include this clause in all sub-awards, and will require sub-awardees to include this clause in all lower-tier sub-awards. The Contractor is responsible for compliance with this clause/provision by all sub-awardees and lower-tier sub awardees.

C.16 USAID/AFGHANISTAN PUBLIC POSTING (APRIL 2016)

The Contractor must provide a redacted version of the award within 30 days of the effective date and direct the request and redacted copy via e-mail to [email protected] or the award will be posted without alteration on the USAID/Afghanistan website.

C.17 USAID/AFGHANISTAN VETTING REQUIREMENT (APRIL 2016)

The Contractor must comply with USAID/Afghanistan’s Mission Order 201.06, National Security Screening (Non-U.S. Party Vetting).

A. In accordance with USAID/Afghanistan Mission Order 201.06 - National Security Screening (Non-U.S Party Vetting) the Contractor must complete and submit a "USAID Information Form" for:

a. Itself, if it is a non-U. S. entity; b. Each sub-Contractor or sub-Contractor of a sub-Contractor, regardless of the tier, valued

cumulatively at $25,000 or more, that is a non-U.S. entity; or c. Each key individual that is a non-U.S. entity.

B. For purposes of this requirement, the following definitions apply: a. ''Non-U.S. entity” means:

i. any non-US citizen or non-permanent legal resident of the United States: or ii. any entity that is not formed in the United States or for which 50% or more of the

equity is owned or controlled by persons who are not U.S. citizens or permanent legal residents of the United States.

b. "Key individuals” means: i. an individual or entity owning 10% or more equity stake in the organization, whether

publically- or privately-held:

Page 51: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

51 | P a g e

ii. principal officers of the organization's governing body (e.g., chairman, vice chairman, treasurer or secretary of the board of directors or board of trustees): a) the principal officer and deputy principal officer of the organization (e.g., executive

director, deputy director; president, vice president); b) the program manager or chief of party for the USAID-financed program: and c) any other person with significant responsibilities for administration of USAID

financed activities or resources.

C. The requirements of paragraph A. of this clause must be completed prior to the Government's acceptance of the contract and following that, at the earlier of:

a. Once a year; or b. When there is a change or addition to any entity or person identified in paragraph A.

D. USAID reserves the right to rescind approval for a sub-award in the event that USAID subsequently becomes aware of information indicating that the sub-award is contrary to U.S. law or policy prohibiting support for terrorism, or facilitating criminal activity. In such cases, USAID's Contracting Officer will provide written instructions to the implementing partner to terminate the sub-award.

C.18 USAID/AFGHANISTAN USE OF SYNCHRONIZED PRE-DEPLOYMENT AND OPERATIONAL TRACKER (SPOT) FOR CONTRACTORS SUPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED STATES (SUPPLEMENT TO FAR 52.225-19) (AUGUST 2016)

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 DoD’s 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 Officer’s 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.

Page 52: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

52 | P a g e

C.19 USAID/AFGHANISTAN SERIOUS INCIDENT REPORTING (SIR) IN AFGHANISTAN (AUGUST 2016)

The prime Contractor is responsible for reporting all serious incidents during performance of the award. This reporting shall apply to the prime Contractor and all sub-Contractors regardless of the tier (subs of subs and lower, etc.). In addition to reporting, the prime implementing partner 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 (but not limited to) the following incidents affecting an employee or the implementation of activities paid for with U.S. Government funding regardless of the funding source and tier of the organization:

1. Arrest – A legal detention by the Afghanistan National Security Forces (ANSF) or Coalition Forces (CF)

2. Complex Attack – An attack using multiple means of engagement such as an Improvised Explosive Device (IED) followed by small arms fire

3. Demonstration – An organized act of protest against legitimate operations that results in violence or the threat of violence

4. Harassment – Interference in legitimate operations by ANSF, RS, or local civilian forces 5. Indirect Fire (IDF) – Attacks in which weapons are not directly aimed at the target (such as

mortars, artillery, emplaced rockets but not rocket propelled grenades -RPGs) 6. Improvised Explosive Device (IED) – A bomb made and delivered in a non-conventional way

(body borne IED, vehicle borne IED, remote control IED, magnetic IED etc.) 7. Capture - Illegal or hostile detention by insurgents or criminals for any length of time

a. Abduction: the act of taking someone away by force or fraud b. Kidnapping: the abduction of a person by force or fraud for use as a hostage c. Hostage: a person given or held as security for the fulfillment of certain conditions or

terms, promises, etc., by another. 8. Land Mine – A manufactured anti-personnel or anti-vehicle mine. 9. Motor Vehicle Accident (MVA) – An airplane, motorcycle, car, or truck crash which results in

injury or damage. 10. Robbery – Non-insurgent related theft of property. 11. Small Arms Fire (SAF) – a hostile engagement by a direct fire weapon (such as a pistol, AK-47,

PK machine gun, RPG etc.) 12. Threat – Verbal (in-person, telephone, etc.), SMS (text message), or written message threatening

violence or demanding payment in any form. 13. Other – negligent or unintentional firearm discharge, physical altercation between employees,

cybersecurity incident, sexual misconduct etc.

INITIAL NOTIFICATION: Contractor must provide initial notification by email or telephone to the USAID Partner Liaison Security Officer (PLSO), the Contracting, and the Contracting Officer’s Representative (COR) for accountability purposes of any serious incident as soon as practical, if it cannot be done immediately. This notification must provide as many details as are known at the time about the incident. The email addresses for the PLSO are [email protected] and [email protected] the telephone numbers are +1 (301) 490-1042 Ext. 3342 or Ext. 3115. A point of contact (POC) for the prime Contractor must be provided to the PLSO and COR in order for USAID personnel to follow up on the security incident details. Additionally, if a serious incident which involves an employee wounded in action (WIA) who later succumbs of the wound(s), the implementing partner shall provide the same notification within 24 hours of the death of the individual.

Page 53: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

53 | P a g e

SERIOUS INCIDENT REPORT: Additionally, within 24 hours, the implementing partner must submit an initial Serious Incident Report (SIR) documenting the incident in detail to the USAID PLSO using the form provided. The SIR must include, at a minimum, the award number, the name of the company, location where the incident occurred (Latitude/Longitude, GPS or MGRS coordinates, location name, etc.), time when the incident occurred, a brief description of the events of the incident, details about any known casualties, country of origin of all involved and a point of contact for the USAID PLSO to request further information as needed. Each SIR must be completed as thoroughly as possible and sent to [email protected] (primary) and [email protected]. The prime Contractor must concurrently send a notice to the USAID (COR) and the Contracting Officer that a SIR has been submitted to PLSO.

Following the conclusion or solution of the reported incident, a Final Serious Incident Report should be submitted to the USAID PLSO to identify the resolution of the reported event and provide details indicating the resolution thereof.

C.20 USAID/AFGHANISTAN SMART TRAVELER ENROLLMENT PROGRAM (STEP) (JANUARY 2016)

The Contractor must enroll all American citizens traveling to Afghanistan in STEP at www.travel.state.gov. Information provided must be accurate and up-to-date and is applicable to both long-term and short-term travel funded by USAID.

C.21 USAID/AFGHANISTAN HOST COUNTRY TAXES AND DUTIES (NOVEMBER 2016)

The Contractor is advised that equipment, materials, and funds introduced into Afghanistan under the USAID program are exempt from customs, duties, and taxes (see Attachment J.3 for reference). In accordance with the applicable U.S. Government cost principles, such costs are unallowable and may not be charged to this Award or paid with funding provided in the award. If the Contractor is assessed any such charges, they must bring the proposed assessment to the immediate attention of the Contracting Officer and USAID/Afghanistan.

C.22 AIDAR 752.229-71 REPORTING OF FOREIGN TAXES (JULY 2007)

(a) The Contractor must annually submit a report by April 16 of the next year.

(b)Contents of report. The report must contain: (1) Contractor name. (2) Contact name with phone, fax number and email address. (3) Contract number(s). (4) Amount of foreign taxes assessed by a foreign government [each foreign government must be listed separately] on commodity purchase transactions valued at $500 or more financed with U.S. foreign assistance funds under this agreement during the prior U.S. fiscal year. (5) Only foreign taxes assessed by the foreign government in the country receiving U.S. assistance are to be reported. Foreign taxes by a third party foreign government are not to be reported. For example, if a Contractor performing in Lesotho using foreign assistance funds should purchase commodities in South Africa, any taxes imposed by South Africa would not be included in the report for Lesotho (or South Africa).

Page 54: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

54 | P a g e

(6) Any reimbursements received by the Contractor during the period in paragraph (b)(4) of this clause regardless of when the foreign tax was assessed and any reimbursements on the taxes reported in paragraph (b)(4) of this clause received through March 31. (7) Report is required even if the Contractor did not pay any taxes during the reporting period. (8) Cumulative reports may be provided if the Contractor is implementing more than one program in a foreign country.

(c)Definitions. As used in this clause - (1)Agreement includes USAID direct and country contracts, grants, cooperative agreements and interagency agreements. (2)Commodity means any material, article, supply, goods, or equipment. (3)Foreign government includes any foreign governmental entity. (4)Foreign taxes means value-added taxes and customs duties assessed by a foreign government on a commodity. It does not include foreign sales taxes.

(d)Where. Submit the reports to: USAID/Afghanistan Great Massoud Road Kabul, Afghanistan Email Address: [email protected]

(e)Subagreements. The Contractor must include this reporting requirement in all applicable subcontracts and other subagreements.

(f) For further information see http://2001-2009.state.gov/s/d/rm/c10443.htm.

C.23 USAID/AFGHANISTAN ELECTRONIC PAYMENTS SYSTEM (JULY 2014)

1. Definitions:

a. “Cash Payment System” means a payment system that generates any transfer of funds through a transaction originated by cash, check, or similar paper instrument. This includes electronic payments to a financial institution or clearing house that subsequently issues cash, check, or similar paper instrument to the designated payee.

b. “Electronic Payment System” means a payment system that generates any transfer of funds, other than a transaction originated by cash, check, or similar paper instrument, which is initiated through an electronic terminal, telephone, mobile phone, computer, or magnetic tape, for the purpose of ordering, instructing or authorizing a financial institution to debit or credit an account. The term includes debit cards, wire transfers, transfers made at automatic teller machines, and point-of-sale terminals.

2. The Contractor agrees to use an electronic payment system for any payments under this award to beneficiaries, sub-Contractors, or grants under contracts, where applicable.

3. Exceptions. The Contractor is allowed the following exceptions, provided the Contractor documents its contract file with the appropriate justification: a. Cash payments made while establishing electronic payment systems, provided that this exception

is not used for more than six months from the effective date of this award. b. Cash payments made to payees where the Contractor does not expect to make payments to the

same payee on a regular, recurring basis, and payment through an electronic payment system is not reasonably available.

Page 55: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

55 | P a g e

c. Cash payments to vendors below the micro purchase level as defined by FAR 2.101, or for Grants Under Contracts for less than $3000, when payment through an electronic payment system is not reasonably available.

d. The Contractor has received a specific written exception from the Contracting Officer that a specific payment or all cash payments are authorized, based on the Contractor’s written justification, which provides a basis and cost analysis for the requested exception.

4. More information about how to establish, implement, and manage electronic payment methods is available to Contractors at http://solutionscenter.nethope.org/supersearch#q/keywords=electronic payments&channel=

C.24 USAID/AFGHANISTAN COMPENSATION FOR COOPERATING COUNTRY NATIONALS (CCNS) IN AFGHANISTAN – ACQUISITION (OCT 2017)

The Contractor is required to comply with the current English version of the National Technical Assistance Salary Scale and Implementation Guideline (NTA) compensation scale, including all clarification notes, addendums, and updates, as posted on the Government of the Islamic Republic of Afghanistan (GIRoA) Ministry of Finance website (http://www.budgetmof.gov.af/index.php/en/) and USAID Implementing Partner Notice #OAA-IP-2016-001, as the Local Compensation Plan for all Cooperative Country National (CCN) employees.

The NTA is a compensation package, developed by the GIRoA that includes all regular benefits and allowances except transportation, communication, and health insurance. These allowances may be provided as per the internal policies of the organization. The allowances must meet the requirements of FAR 31.201-3 and do “not exceed that which would be incurred by a prudent person”.

C.25 USAID/AFGHANISTAN ADDITIONAL REQUIREMENTS FOR PERSONNEL COMPENSATION (DECEMBER 2016)

A. Limitations:

[Not applicable]

B. Authorized Work Week: 1. Cooperating Country Nationals (CCNs) - Full time CCN employee work week must be in

accordance with the Contractor's established policies and practices, but must not be less than 8 hours per day and 40 hours per week and in compliance with Afghan labor law.

2. U.S. citizens (including Permanent Residents) and TCN employees -The work week is between 40 and 48 hours.

3. Consultants or employees on temporary duty assignment (TDY) to Afghanistan- may work a six-day work week. Six-day work weeks to other locations must be approved by the Contracting Officer.

Page 56: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

56 | P a g e

C.26 USAID/AFGHANISTAN DEFENSE BASE ACT (DBA) INSURANCE (OCT 2017)

a) Pursuant to AIDAR 752.228-3 Worker's Compensation Insurance (Defense Base Act) (DEC 1991) and AAPD 17-01 Defense Base Act (DBA) (JAN 2017); USAID's DBA insurance carrier is:

AON Risk Insurance Services West, Inc. 2033 N. Main St., Suite 760 Walnut Creek, CA 94596-3722

Hours: 8:30 A.M. to 5:00 PM, Pacific Time

Primary Contact: Fred Robinson Phone: (925) 951-1856 Fax: (925) 951-1890 Email: [email protected]

Contractors must submit a copy of DBA coverage for which contract performance is to occur outside of the U.S. This document is to be provided prior to start of performance overseas.

b) Rates: There are three different rates depending on the nature of the services to be provided. If a contract contains more than one of the services listed, the premium will be distributed proportionally.

Contract Year Period of Performance

Services Construction Security

Base Period xx/xx/18 – xx/xx/21 $2.00 $4.50 $7.50 Option Period xx/xx/21 – xx/xx/23 $2.00 $4.50 $7.50/$10.00/ $12.50 (see

Notes)

Notes:For Option Period, the percentage of USAID security payroll would be measured as of the last day of the preceding period (i.e. the base period or the immediately preceding option period), which is referred to as the “measurement date”.

1) If at the measurement date, the percentage of USAID security payroll remains between 0-10.0% of total payroll, the security rate in the next option period will be $7.50/$100 employee remuneration.

2) If at the measurement date, the percentage of USAID security payroll is above 10.0% to 25.0% of total payroll, the security rate in the next option period will be $10.00/$100 employee remuneration.

3) If at the measurement date, the percentage of USAID security payroll exceeds 25.0% of total payroll, the security rate in the next option period will be $12.50/$100 employee remuneration.

4) The term “wages” means the money rate at which the service rendered by an employee is compensated by an employer under the contract of hiring in force at the time of the injury, including the reasonable value of any advantage which is received from the employer and included for purposes of any withholding of tax under subtitle C of the Internal Revenue Code of 1954 [26 USC §§ 3101 et seq.] (relating to employee taxes). The term wages does not include fringe benefits, including (but not limited to) employer payments for or contribution to a retirement, pension, health and welfare, life insurance, training, social security or other employee or dependent benefit plan for the employee’s or dependent’s benefit, or any other employee’s dependent entitlement. Maximum rate of compensation shall not exceed

Page 57: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

57 | P a g e

200 per centum of the applicable national average weekly wage (NAWW) as calculated by the Secretary of Labor. The current NAWW can be found at http://www.dol.gov/owcp/dlhwc/nawwinfo.htm.

5) The new rate structure aligns DBA rates to the likelihood that specific types of contracts will incur different frequency of DBA payouts and of differing dollar amounts. Those having greater risk pay greater premiums. Those with anticipated lower risk pay lesser premiums. The concept is to associate specific costs to a contract predicated upon the potential DBA risks under the same contract. The risk is predicated on the nature and inherent danger of certain categories of contracts (and performance under those awards).

6) For contracts that include Aviation, ground crews shall be categorized as Construction, and flight crew shall be categorized as Security.

Upon the Option Year being exercised, the Contractor must confirm in writing, the security payroll percentage as of the measurement date of the preceding period of performance to the CO.

c) Notice of Exclusion of Medical Evacuation Coverage Pursuant to AIDAR 752.228-70, medical evacuation insurance is a separate insurance requirement for overseas performance of USAID contracts; the Defense Base Act insurance does not provide coverage for medical evacuation.

d) Waivers for Third Country and Local Nationals The list of countries with active DBA waivers is available at http://www.dol.gov/owcp/dlhwc/dbawaivers/dbawaivers.htm. In accordance with ADS 302, Missions may obtain a country-based waiver by sending a request to M/OAA Evaluation Division at [email protected].

C.27 USAID/AFGHANISTAN PRESS RELATIONS (JANUARY 2017)

The Contractor must coordinate all project related press inquiries and statements with the COR and USAID/Afghanistan’s Development Outreach and Communication (DOC) Office. The Contractor must seek approval from the COR and DOC before agreeing to or allowing staff to conduct interviews with the press on matters related to work under this project. The DOC contact is:

Development Outreach and Communication (DOC) Office US Embassy Kabul Great Massoud Road Kabul, Afghanistan 202-216-6288Email: [email protected]

C.28 USAID/AFGHANISTAN RESTRICTIONS ON CONTRACTORS EXECUTING AGREEMENTS WITH GOVERNMENT OF NATIONAL UNITY OF AFGHANISTAN (AUGUST 2016)

A. Only the Mission Director of USAID/Afghanistan has the authority to negotiate, execute, and implement instruments, such as Memorandums of Understanding or Letters of Intent or Collaboration (MoUs), with the Government of the Islamic Republic of Afghanistan (GIRoA) for activities using USAID funds. Contractors must not enter separate MoUs with any GIRoA entity including ministries, provincial or district government entities, or city and village entities.

Page 58: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

58 | P a g e

B. If a Contractor determines a MoU with the GIRoA is beneficial to the implementation of activities funded by USAID, the Contractor must request their COR to draft and negotiate that MoU between USAID and the GIRoA. The request should describe at a minimum:

a. how large or important a role the GIRoA unit entity (e.g. ministry, agency, city) is being asked to play in the activity;

b. previous experience or status of current relations with the GIRoA unit entity; c. any relevant US legislation; and d. the advantages to be gained from formally memorializing the terms of the assistance relationship

with the GIRoA entity.

C. All amendments to the MoU must be approved by the COR.

D. This provision does not apply to agreements between an Implementing Partner and the Afghanistan Public Protection Force (APPF) for security services.

C.29 ADS 302.3.5.22 SUBMISSION OF DATASETS TO THE DEVELOPMENT DATA LIBRARY (DDL) (OCTOBER 2014)

a) Definitions. For the purpose of submissions to the DDL:

1) “Dataset” is an organized collection of structured data, including data contained in spreadsheets, whether presented in tabular or non-tabular form. For example, a Dataset may represent a single spreadsheet, an extensible mark-up language (XML) file, a geospatial data file, or an organized collection of these. This requirement does not apply to aggregated performance reporting data that the Contractor submits directly to a USAID portfolio management system or to unstructured data, such as email messages, PDF files, PowerPoint presentations, word processing documents, photos and graphic images, audio files, collaboration software, and instant messages. Neither does the requirement apply to the Contractor’s information that is incidental to award administration, such as financial, administrative, cost or pricing, or management information. Datasets submitted to the DDL will generally be those generated with USAID resources and created in support of Intellectual Work that is uploaded to the Development Experience Clearinghouse (DEC) (see AIDAR 752.7005 “Submission Requirements for Development Experience Documents”).

2) “Intellectual Work” includes all works that document the implementation, monitoring, evaluation, and results of international development assistance activities developed or acquired under this award, which may include program and communications materials, evaluations and assessments, information products, research and technical reports, progress and performance reports required under this award (excluding administrative financial information), and other reports, articles and papers prepared by the Contractor under the award, whether published or not. The term does not include the Contractor’s information that is incidental to award administration, such as financial, administrative, cost or pricing, or management information.

b) Submissions to the Development Data Library (DDL)

1) The Contractor must submit to the Development Data Library (DDL), at www.usaid.gov/data, in a machine-readable, non-proprietary format, a copy of any Dataset created or obtained in performance of this award, including Datasets produced by a sub-Contractor at any tier. The submission must include supporting documentation describing the Dataset, such as code books, data dictionaries, data gathering tools, notes on data quality, and explanations of redactions.

Page 59: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

59 | P a g e

2) Unless otherwise directed by the Contracting Officer (CO) or the Contracting Officer Representative (COR), the Contractor must submit the Dataset and supporting documentation within thirty (30) calendar days after the Dataset is first used to produce an Intellectual Work or is of sufficient quality to produce an Intellectual Work. Within thirty (30) calendar days after award completion, the Contractor must submit to the DDL any Datasets and supporting documentation that have not previously been submitted to the DDL, along with an index of all Datasets and Intellectual Work created or obtained under the award. The Contractor must also provide to the COR an itemized list of any and all DDL submissions. The Contractor is not required to submit the data to the DDL, when, in accordance with the terms and conditions of this award, Datasets containing results of federally funded scientific research are submitted to a publicly accessible research database. However, the Contractor must submit a notice to the DDL by following the instructions at www.usaid.gov/data, with a copy to the COR, providing details on where and how to access the data. The direct results of federally funded scientific research must be reported no later than when the data are ready to be submitted to a peer-reviewed journal for publication, or no later than five calendar days prior to the conclusion of the award, whichever occurs earlier.

3) The Contractor must submit the Datasets following the submission instructions and acceptable formats found at www.usaid.gov/data.

4) The Contractor must ensure that any Dataset submitted to the DDL does not contain any proprietary or personally identifiable information, such as social security numbers, home addresses, and dates of birth. Such information must be removed prior to submission.

5) The Contractor must not submit classified data to the DDL.

C.30 USAID/AFGHANISTAN DATABASE AND GIS/GPS REPORTING REQUIREMENTS (MARCH 2017)

USAID/Afghanistan uses a web-based system to collect and organize information critical to program management, oversight, and reporting. This system is named Afghan Info. Afghan Info supports a number of exercises including: Mission-wide Portfolio Reviews, the Performance Plan and Report, the Multi-Tiered Monitoring Approach, Geographic Information System (GIS) analysis, and overall coordination efforts. Reported information may impact policy formulation and project design stakeholders including USAID/Afghanistan, USAID/Washington, the United States Congress, the Government of the Islamic Republic of Afghanistan (GIRoA), and other donors.

USAID requires a minimum of quarterly (United States Government Fiscal Quarters) data submissions throughout the entire life of the award. The partner must provide updates for all required data elements as specified in the reporting requirements of their award. As applicable, data to be reported into Afghan Info may include:

• Monitoring and Evaluation (M&E) Plan indicator reporting and aggregate and/or raw data. • Attribution by provinces/districts of total quarterly costs/ vouchered expenses. • Documents as required in the reporting requirements section of the award.

Partners are additionally required to collect and report on Global Positioning System (GPS) data and other GPS supporting details for all implementation activities. (This is especially important if data could/will be analyzed to the type III Geographical Disaggregation level.) Geographic data collection, analysis, and submission methods must be included in annual work and M&E plans. Partners must ensure the following standard settings are utilized when collecting latitude/longitude GPS coordinate data for USAID/Afghanistan activities:

Coordinate System/Datum: WGS 1984

Page 60: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

60 | P a g e

Coordinate Format: Decimal Degrees (DD.DDDDDD) with at least 6 decimal places

Latitude Coordinate Parameters: Must be between 29.378060 - 38.489592

Longitude Coordinate Parameters: Must be between 60.475769 - 74.889862

Accuracy Level: Less than 15 meters

The COR responsible for the award will provide specific guidance on reporting, provide access to the Afghan Info system for the Contractor, and ensure that all applicable reporting requirements have been assigned to the award and as necessary, appropriately configured in the system. Contractors must use the Afghan Info interface for data entry. Criteria for restricting reporting activity or reporting sites will be provided by the COR. Data entered into the system must adhere to USAID data quality standards (ADS 203.3.11.1). All geographic data will additionally adhere to OMB Circular A-16 and A-130; Executive Order 12906; ADS 557 (Public Information); and ADS 579 (USAID Development Data). Data entry modules will include an option for selecting certain sites for restricted access in the database. (Note: all activities will be recorded, but those restricted will be viewable only by those with a “need to know”.)

In consultation with the USAID/Afghanistan’s GIS Specialist and/or as directed by USAID/Afghanistan or USAID/Washington, the COR will manage this geographic data for use in project management, communications, reporting, and evaluation. In the case of proprietary or contractual restrictions preventing submission/publication of geographic data, the Contractor shall provide justification to the COR. For activities requiring multiple data points, to include infrastructure activities such as dam, power line, and road construction, data can be submitted to USAID or through a “cloud-based data transfer mechanism that is outside USAID (example: Dropbox), but must be stored and submitted to the COR in industry standard formats such as ESRI Shapefile, ESRI Feature Class, or Microsoft Excel, and include any and all metadata. All infrastructure programs will include photo documentation from no less than two sides with no less than beginning and ending project photographic documentation.

Metadata or “Properties” is a summary providing content, quality, type, creation, and spatial information about a data set. In the file’s “properties” programmatic specifics to include name, description of the file, program and implementer, geospatial location and description of the activity will be included. For example, a photograph’s metadata will include Title- the name of the event or site, such as “Ghazi Mohammad Ayub Khan High School” ; Subject- what the photo depicts; such as “prior to start of construction a/o 20160207”; TAGS - will include, at a minimum, the program and the implementer for example: “SACCARP; IOM;” Comment: the grid and the nature of the project/event, such as “31.623130, 65.055618 photo of the front of the school. Prior to stair repair, painting and toilet rehab”. The date the photo was taken should already be included automatically but if not it should be also added.

Although the example discusses an image file, the same requirement for metadata documentation is required for other file formats (docx or xlsx) that document a specific project’s geographically linked activity that will be used for permanent documentation. Please note some cameras with integrated GPS capability automatically places the data into the Exif metadata. The data should be kept; but often, the Lat/Long format is in Hours/Min/Sec and not in digital degrees, therefore, it must be converted and added to the metadata. There are free available sites on the web, such as http://www.latlong.net; and http://www.earthpoint.us/Convert.aspx.

Unless otherwise specified, Afghan Info can be accessed at: http://www.devinfo.org/afghaninfo/libraries/aspx/Home.aspx.

Page 61: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

61 | P a g e

C.31 ENVIRONMENTAL COMPLIANCE

The Contractor must comply with 22 CFR 216 requirements, the Initial Environmental Examination Recommendations and Afghan environmental laws and regulations.

Environmental Mitigation and Monitoring Plan (EMMP)

1a) The Foreign Assistance Act of 1961, as amended, Section 117 requires that the impact of USAID’s activities on the environment be considered and that USAID include environmental sustainability as a central consideration in designing and carrying out its development programs. This mandate is codified in Federal Regulations (22 CFR 216) and in USAID’s Automated Directives System (ADS) Parts 201.5.10g and 204 (https://www.usaid.gov/who-we-are/agency-policy/series-200), which, in part, require that the potential environmental impacts of USAID-financed activities are identified prior to a final decision to proceed and that appropriate environmental safeguards are adopted for all activities. Contractor environmental compliance obligations under these regulations and procedures are specified in the following paragraphs of this Contract.

1b) In addition, the Contractor must comply with host country environmental regulations unless otherwise directed in writing by USAID. In case of conflict between host country and USAID regulations, the latter shall govern.

1c) No activity funded under this contract will be implemented unless an environmental threshold determination, as defined by 22 CFR 216, has been reached for that activity, as documented in a Request for Categorical Exclusion (RCE), Initial Environmental Examination (IEE), or Environmental Assessment (EA) duly signed by the Bureau Environmental Officer (BEO). (Hereinafter, such documents are described as “approved Regulation 216 environmental documentation.”)

2) An Initial Environmental Examination (IEE) # OAPA-18-NOV-AFG-0004 has been approved for the Activity funding this activity. The IEE covers activities expected to be implemented under this contract. USAID has determined that a Negative Determination with conditions applies to one or more of the proposed activities. This indicates that if these activities are implemented subject to the specified conditions, they are expected to have no significant adverse effect on the environment. The Contractor must be responsible for implementing all IEE conditions pertaining to activities to be funded under this solicitation.

3) N/A

4a) As part of its initial Work Plan, and all Annual Work Plans thereafter, the Contractor, in collaboration with the USAID COR and Mission Environmental Officer or Bureau Environmental Officer, as appropriate, shall review all ongoing and planned activities under this contract to determine if they are within the scope of the approved Regulation 216 environmental documentation.

4b) If the Contractor plans any new activities outside the scope of the approved Regulation 216 environmental documentation, it shall prepare an amendment to the documentation for USAID review and approval. No such new activities shall be undertaken prior to receiving written USAID approval of environmental documentation amendments.

4c) Any ongoing activities found to be outside the scope of the approved Regulation 216 environmental documentation shall be halted until an amendment to the documentation is submitted and written approval is received from USAID.

Page 62: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

62 | P a g e

5a) Unless the approved Regulation 216 documentation contains a complete environmental mitigation and monitoring plan (EMMP) or a project mitigation and monitoring (M&M) plan, the Contractor shall prepare an EMMP or M&M Plan describing how the Contractor will, in specific terms, implement all IEE and/or EA conditions that apply to proposed project activities within the scope of the award. The EMMP or M&M Plan shall include monitoring the implementation of the conditions and their effectiveness.

5b) Integrate a completed EMMP or M&M Plan into the initial work plan.

5c) Integrate an EMMP or M&M Plan into subsequent Annual Work Plans, making any necessary adjustments to activity implementation in order to minimize adverse impacts to the environment.

C.32 USAID/AFGHANISTAN IMPLEMENTATION OF EXECUTIVE ORDER 13224 ON TERRORISM FINANCING (AUGUST 2016)

The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Contractor to ensure compliance with these Executive Orders and laws. This provision must be included in all subcontracts/sub-awards issued under this contract.

C.33 USAID/AFGHANISTAN COMPLIANCE WITH ADS 206 PROHIBITION OF ASSISTANCE TO DRUG TRAFFICKERS (DECEMBER 2016)

USAID reserves the right to terminate this contract, to demand a refund or take other appropriate measures, if the Contractor has been convicted of a narcotics offense or has been engaged in drug trafficking as defined in 22 CFR Part 140. This clause must be included in all subcontracts issued under this contract.

C.34 USAID/AFGHANISTAN NONEXPENDABLE PROPERTY PURCHASES (APRIL 2017) (COMPLIANCE WITH ADS 302.3.6.6)

1) The Contractor is hereby authorized to purchase the equipment and/or resources as identified in the approved budget. All purchases shall be in accordance with the terms and conditions outlined in AIDAR 752.245-70 and FAR 52.245. 2) The Contractor shall request CO approval for purchase of nonexpendable property as defined that is not identified in the approved budget as required by CIB 92.25. The Contractor shall submit for approval, annually, a list along with justification for each NXP being proposed that is outside of the approved budget. 3) Contractor may also be required to obtain CO approval for other types of purchases as required by other U.S. Government regulations and policies (i.e. Restricted Goods, etc.) outlined in the contract. 4) “Title To and Care of Property” for government furnished property is in accordance with AIDAR 752.245-71). 5) Any Contractor request to purchase additional non-expendable property after award should include an explanation and appropriate justification.

Page 63: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

63 | P a g e

C.35 USAID/AFGHANISTAN COMPLIANCE WITH EXECUTIVE ORDER 13559 FACILITIES USED FOR RELIGIOUS ACTIVITIES (FEBRUARY 2016)

Unless otherwise authorized in writing by the Contracting Officer, the Contractor must not use funds for any work related to facilities of any type where the intended use of such a facility is for explicitly religious activities. In cases where work addressed by this provision is authorized by the Contracting Officer, such authorization will be limited and explicit. The Contractor shall insert this clause in its entirety in all subcontracts.

C.36 USAID/AFGHANISTAN COMPLIANCE WITH SECTION 508 OF THE REHABILITATION ACT OF 1973, AS AMENDED (AUGUST 2016)

(a) The Contractor must provide a comprehensive list of all offered specific electronic and information technology (EIT) products (supplies and services) that fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Board's Electronic and Information Technology Accessibility Standards at 36 CFR Part 1194. The Contractor must clearly indicate where this list with full details of compliance can be found (e.g., vendors or other exact web page location). The Contractor must ensure that the list is easily accessible by typical users beginning five calendar days after award. The Contractor must maintain this detailed listing of compliant products for the full contract term, including all forms of extensions, and must ensure that it is current within three calendar days of changes to its product line.

(b) For every EIT product accepted under this contract by the Government that does not comply with 36 CFR Part 1194, the Contractor shall, at the discretion of the Government, make every effort to replace or upgrade it with a compliant equivalent product or service, if commercially available and cost neutral, on either the planned refresh cycle of the product or service, or on the contract renewal date, whichever shall occur first.

C.37 USAID/AFGHANISTAN FOREIGN GOVERNMENT DELEGATIONS TO INTERNATIONAL CONFERENCES (AUGUST 2016)

Funds in this contract may not be used to finance the travel, per diem, hotel expenses, meals, conference fees or other conference costs for any member of a foreign government's delegation to an international conference sponsored by a public international organization, except as provided in ADS Mandatory Reference "Guidance on Funding Foreign Government Delegations to International Conferences https://www.usaid.gov/sites/default/files/documents/1868/350maa.pdf or as approved by the Contracting Officer.

C.38 USAID/AFGHANISTAN COMPLIANCE WITH ADS 252 & 253 - TRAINING AND RESULTS AND INFORMATION NETWORK (TRAINET) (AUGUST 2016)

1. Participant Training Reports. The Contractor will collect training data on technical trainings (i.e., conferences and workshops) provided for beneficiaries that were held in the United States, third countries, or in-country under this contract. The training data will be entered into TraiNet and submitted to the COR quarterly no later than 45 days following the end of each fiscal quarter measured from October 1, as relevant. The Contractor will follow ADS 252 policy, which provides detailed information regarding visa compliance guidelines, and ADS 253, which provides guidance on how to implement USAID funded

Page 64: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

64 | P a g e

training programs. USAID/Afghanistan’s Office of Program and Project Development (OPPD) can assist Contractor to roll out TraiNet for their activity and share their training data on TraiNet with OPM.

2. TraiNet and USAID Sponsored J-1 Visas. All host country nationals being funded fully, partially, directly, or indirectly by USAID must enter the U.S. on a J-1 Visa, regardless of the type or duration of the activity. In order to secure a J-1 visa, each participant must first secure a DS-2019 form (Certificate of Eligibility for Exchange Visitor J-1 Status). TraiNet is the only means of obtaining a DS-2019 for USAID-funded Exchange Visitors.

USAID/Afghanistan prefers that TraiNet data entry, verification, and reporting responsibilities for exchange programs held in the United States be completed by the Mission. USAID/Afghanistan’s OPPD is responsible for data entry (the R1 role), verification (the R2 role), and approval (the R3 role) of all U.S.-based training programs and participants that are funded by USAID. USAID/Afghanistan’s CORs are responsible for working with the Contractor to obtain the data needed by the R1, R2 and R3 to complete this action. USAID/Washington is responsible for submission of the data (the R4 role) to SEVIS. The DS-2019 approval process is as follows:

The Contractor provide to the COR and OPPD required documents to initiate the DS-2019 approval process (as per Mission Order 252) by minimum 8-10 weeks prior to the start date of the training program.

Data is entered into TraiNet by OPPD’s Data Entry Initiator (R1) once all information and documents are received from the implementing partner and are correct. The R1 submits the information to the Visa Compliance System (VCS). The designated Verifier (R2) in OPPD verifies the accuracy of the data in the VCS, uploads documents, and either submits the information to the R3 if all is correct, or rejects the file if there are errors in the data.

The designated Approver (R3) in OPPD reviews the electronic versions of documents and either approves or rejects the files (for missing data or other concerns based on review of the files) sending them back to the R1 with comments.

When the R3 approves a file, the information is electronically transferred to the Responsible Officer (R4) in USAID/Washington who provides the final approval before the information is submitted to the Department of Homeland Security SEVIS database. The DS-2019 form is created, printed and mailed to the R3. The R3 gives the form to the R1 who coordinates with the COR and Contractor on completing the visa application process.

The Contractor is responsible for ensuring that participants complete the on-line visa application form. When asked to enter a “Program Number”, applications should enter USAID’s Exchange Visitor Program Number G-2-00263.” The SEVIS number required for completing the visa application will be provided by the R1.

The R1 is responsible for providing the implementing partner or participant with the SEVIS number required for completing the on-line visa application form, scheduling an appointment with the Consular Office, and delivering the DS-2019 form to the implementing partner or to the participant so that he/she can present it to the Consular Officer during their appointment for a J-1 visa at the U.S. Embassy consular section.

All host country nationals being funded fully, partially, directly, or indirectly by USAID must enter the U.S. on a J-1 Visa, regardless of the type or duration of the activity. In order to secure a J-1 visa, each

Page 65: OF IJNITPRICE AMOIJNT€¦ · 30b. name and tltle of signer (typo or pnst) erika davis. president and ceo ,\ uthorizeo for local reproduction previous edition is not usable 30c. date

Trade Show Support (TSS) Contract No. 72030618C00014

65 | P a g e

participant must first secure a DS-2019 form (Certificate of Eligibility for Exchange Visitor J-1 Status). TraiNet is the only means of obtaining a DS-2019 for USAID funded Exchange Visitors.

USAID/Afghanistan delegates the TraiNet data entry, verification, and reporting responsibilities to its Contractors is responsible for data entry (the R1 role) and verification (the R2 role) of all training programs and participants that are funded by USAID. USAID/CAR/SPO is responsible for approval (the R3 role) and the COR and Program Managers are responsible for working with their Contractors to obtain the data needed by the R3. USAID/Washington is responsible for submission of the data (the R4 role) to SEVIS. The DS-2019 approval process is as follows:

• Data is entered into TraiNet by the Contractor’s Data Entry Initiator (R1); • The R1 submits the information to the Visa Compliance System (VCS);The designated

Verifier (R2) verifies the accuracy of the data in the VCS, uploads documents, and either submits the information to the R3 if all is correct, or rejects the file if there are errors in the data;

• A designated United States citizen in the Mission – the Approver (R3) – reviews the electronic versions of documents and either approves or rejects the files (for missing data or other concerns based on review of the files) sending them back to the R1 with comments;

• When the R3 approves a file, the information is electronically transferred to the Responsible Officer (R4) in USAID/Washington who provides the final approval before the information is submitted to the Department of Homeland Security SEVIS database; The DS-2019 form is created, printed and mailed to the R3;

• The R3 gives the form to the USAID COR who provides it to the Contractor.

The Contractor is responsible for delivering the form to the participant so that he/she can present it to the Consular Officer during their appointment for a J-1 visa at the U.S. Embassy consular section, or designated Consulate. Exchange visitors apply online at the U.S. State Department’s website in the respective country. When asked to enter a “Program Number”, applications should enter USAID’s Exchange Visitor Program Number G-2-00263.”

[END OF SECTION C]

[END OF THE CONTRACT]