request for proposals (rfp) rfp no: spring-17-01 · request for proposals rfp no: spring-17-01...

15
REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v.1_03.07.2016 1 Request for Proposals (RFP) RFP No: SPRING-17-01 RFP Title: Diet and Eating Practices of Adolescent Girls Systematic Review Schedule: Issuance Date of RFP: January 27, 2017 Questions Due: January 31, 2017 (17:00 Washington, DC time) Answers Released: February 1, 2017 (17:00 Washington, DC time) Proposal Due Date: February 3, 2017 (17:00 Washington, DC time)* Tentative Award Start Date: February 10, 2017 *Offers received after this due date and time will not be accepted for consideration. The Strengthening Partnerships, Results and Innovations in Nutrition Globally (SPRING) Project, implemented by JSI Research & Training Institute, Inc. (JSI), is soliciting proposals to supply the above RFP title as described in the attached Terms of Reference. The SPRING Project is funded by the U.S. Agency for International Development (USAID) and is subject to applicable U.S. federal regulations and provisions. Please submit your most competitive proposal in English in accordance with the attached instructions, with all required Certifications. Any contract issued as a result of this RFP will be subject to all instructions, certifications, terms and conditions, and specifications included in this RFP. This document is a request for proposals only and in no way obligates the Project or USAID to make any award. This RFP is issued as a public notice to ensure that all interested, qualified and eligible organizations have a fair opportunity to submit proposals for funding. All proposals, inquiries, and correspondence pertaining to this solicitation are to be directed to the attention of: JSI Research & Training Institute, Inc. Attn: Betsy Ott, Finance & Operations Officer 1616 Fort Myer Drive, 16th Floor Arlington, VA, USA, 22209 Email: [email protected] Offers must be submitted by email with the subject “RFP No: SPRING-17-01” STATEMENT OF CONFIDENTIALITY All information within this RFP, regardless of the communication form, is given in absolute confidence and may not be disclosed without written permission from JSI Research & Training Institute, Inc.

Upload: others

Post on 31-May-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v.1_03.07.2016 1

Request for Proposals (RFP)

RFP No: SPRING-17-01

RFP Title: Diet and Eating Practices of Adolescent Girls Systematic Review Schedule: Issuance Date of RFP: January 27, 2017 Questions Due: January 31, 2017 (17:00 Washington, DC time) Answers Released: February 1, 2017 (17:00 Washington, DC time) Proposal Due Date: February 3, 2017 (17:00 Washington, DC time)* Tentative Award Start Date: February 10, 2017 *Offers received after this due date and time will not be accepted for consideration. The Strengthening Partnerships, Results and Innovations in Nutrition Globally (SPRING) Project, implemented by JSI Research & Training Institute, Inc. (JSI), is soliciting proposals to supply the above RFP title as described in the attached Terms of Reference. The SPRING Project is funded by the U.S. Agency for International Development (USAID) and is subject to applicable U.S. federal regulations and provisions. Please submit your most competitive proposal in English in accordance with the attached instructions, with all required Certifications. Any contract issued as a result of this RFP will be subject to all instructions, certifications, terms and conditions, and specifications included in this RFP. This document is a request for proposals only and in no way obligates the Project or USAID to make any award. This RFP is issued as a public notice to ensure that all interested, qualified and eligible organizations have a fair opportunity to submit proposals for funding. All proposals, inquiries, and correspondence pertaining to this solicitation are to be directed to the attention of: JSI Research & Training Institute, Inc. Attn: Betsy Ott, Finance & Operations Officer 1616 Fort Myer Drive, 16th Floor Arlington, VA, USA, 22209 Email: [email protected] Offers must be submitted by email with the subject “RFP No: SPRING-17-01”

STATEMENT OF CONFIDENTIALITY

All information within this RFP, regardless of the communication form, is given in absolute confidence and may not be disclosed without written permission from JSI Research & Training Institute, Inc.

Page 2: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 2

GENERAL

The Strengthening Partnerships, Results, and Innovations in Nutrition Globally (SPRING) project is a five-year USAID-funded Cooperative Agreement to strengthen global and country efforts to scale up high-impact nutrition practices and policies and improve maternal and child nutrition outcomes. The project is managed by JSI Research & Training Institute, Inc., with partners Helen Keller International, The Manoff Group, Save the Children Federation, Inc., and the International Food Policy Research Institute.

INSTRUCTIONS TO OFFERORS 1. DEFINITIONS

Offeror: The individual or firm providing proposals for the supplies or services requested under this RFP. Contractor: The individual or firm awarded the services requested under the RFP in the form of a contract. 2. PROPOSAL GUIDELINES

No more than 1 (one) proposal may be submitted by each Offeror. Offerors are encouraged to read the solicitation in its entirety and ensure that their proposal addresses all of the items cited in the proposal instructions and meets the selection criteria. All proposals must be submitted by the deadline established on the cover page of this RFP. Offers received after this due date and time will not be accepted for consideration. All questions or clarifications regarding this RFP must be in writing and submitted to [email protected], no later than January 31, 2017. Questions and requests for clarification, and the responses thereto, will be posted online or circulated to all RFP recipients who have indicated interest in this RFP. Only written answers from, Betsy Ott, will be considered official and carry weight in the RFP process and subsequent evaluation. Any answers received outside the official channel, whether received verbally or in writing, from employees or representatives of JSI, the SPRING project, or any other party, will not be considered official responses regarding this RFP. The Offeror’s proposal must be accompanied by a cover letter typed on official organizational letterhead and signed by an individual who has signatory authority for the Offeror. The Offeror must submit a complete proposal package – in electronic format – on or before the due date and time to Betsy Ott at [email protected]. JSI will acknowledge receipt of your proposal by email. Receipt of a proposal to this request does not constitute an award or commitment on behalf of JSI or the United States Government, nor does it commit JSI or the US Government to reimburse any costs incurred in the preparation and submission of a proposal. JSI reserve the right not to make any award as a result of this solicitation, or to make partial award(s). All proposals received on or before the due date and time will be reviewed by a technical committee that will evaluate the proposals according to the selection criteria provided below. The committee will

Page 3: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 3

determine which Offeror will be funded (if any) based on the submitted proposals. A recommendation for funding is contingent on the availability of funds within the SPRING award.

a) Technical Proposal/ Proposed Plan and Approach The Technical proposal shall describe how the Offeror intends to carry out the Terms of Reference in Annex 1. It should be concise, specific, complete, and demonstrate a clear understanding of the work to be undertaken and the responsibilities of all parties involved. It must demonstrate the Offeror’s eligibility, as well as their capabilities and expertise in conducting each step of the activity. The Technical Proposal must be submitted in English. The Technical Proposal shall be no more than 10 pages, double spaced. This page limit does NOT include the following items: cover page, table of contents, and acronym list. All proposals must be typed on standard letter-sized paper (8 ½ x 11” ) or A4 (210mm x 297mm) with 1” margins, using a font size of 12 Times New Roman, except within tables and in the budget section where the font size may be smaller but still easily readable. Offeror’s shall include only information necessary to provide a clear understanding of the proposed action and the justification for it. Greater detail than necessary, as well as insufficient detail may detract from a proposal’s clarity. Assume that the reader is not familiar with the particular context in which the project will be implemented. Minimize or avoid the use of jargon and acronyms as much as possible. If acronyms or abbreviations are used, include a separate page explaining the terms. Please do not include examples of your work although you may include a website(s) for us to review that reflect your work. If JSI requires additional materials we will request those materials during the review process.

b) Capabilities and Past Performance: The Offeror must submit a Capabilities Statement and complete the attached Past Performance Information table (see Attachment 1). The Capabilities Statement shall not to exceed three (3) pages in length and will be used to evaluate the offeror’s organizational, financial, and technical capacity, in relation to the Terms of Reference in Annex 1. The Capabilities Statement must include, but is not limited to: size of the agency, financial resources available to complete this work, staffing competencies and capabilities, past experience performing similar work with other donor organizations, and a company profile and/or brochure. Additionally, the Offeror must complete and submit the Past Performance Information table (see Attachment 1). The Capabilities Statement and Past Performance Information table will be used to establish the Offeror as a responsible contractor.

c) Budget (See Attachment 2) Offerors should include a summary budget (see format below) and detailed budget using the following categories of cost (exclude any that do not apply): Labor/ Personnel, Allowances/Staff Benefits/Fringe

Page 4: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 4

Benefits, Consultants, Travel & Transportation, Equipment & Supplies, Other Direct Costs, and Program Activities. The category Overhead or Indirect Costs may be used only if the organization has normally included this cost in previous activities funded by international donors. Otherwise, please include all overhead costs (share of rent, utilities, management costs, etc.) within the other categories. No profit or fee may be charged. The budget notes need to be detailed and should indicate a reasonable amount of care and thought in terms of general budgetary assumptions. All budget estimates must be in U.S. Dollars. Budget Summary Format in U.S. Dollars ($) LINE ITEM SPRING I. Personnel $ II. Fringe Benefits $ III. Consultants/Contractual $ IV. Travel and Transportation $ V. Equipment $ VI. Other Direct Costs $ VII. Program Activities $ VIII. Indirect Costs $ TOTAL PROJECT COST $ This budget summary format should be the top page of your detailed budget or a separate tab on the excel spreadsheet. Use only the “major” budget line items presented above. Each major budget line item should include detailed line “sub-categories” in the detailed budget presentation, as necessary, and described below. Budget Preparation Instructions A detailed budget narrative in English that justifies the costs as appropriate and necessary for the successful completion of proposed activities should be attached to the budget. The budget narrative should clearly describe the project and cost assumptions for the SPRING funded costs. All proposed costs and estimates must be reasonable and allowable in accordance with the US Government’s Cost Principles established in 2CFR200, Subpart E. All proposed costs must be directly applicable to performing the work under the award and budgeted amounts should not exceed the market cost/value of an item or service. Although the budget is an estimate or prediction and the assumptions contained in the budget may change, in order for JSI to issue an award the budget must contain fairly detailed assumptions regarding rates and expected quantities/levels of effort. Reasonable and minor changes in rates or quantities due to circumstances beyond the control of the organization will be considered and generally will be allowable. The budget narrative should be of sufficient detail so that someone unfamiliar with your organization or the activity could review and adequately understand and grasp the assumptions, reasonableness and calculation method used. Budget narratives must be prepared using Microsoft Word software and should be separate from the budget. Summary and Detail budgets must be prepared using Microsoft Excel software.

Page 5: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 5

3. EVALUATION CRITERIA Proposals will be evaluated first to ensure that they meet all mandatory requirements as listed above under “Proposal Guidelines”. Proposals that fail to meet these requirements will receive no further consideration. A non-responsive proposal to any element may be eliminated from consideration. Proposals will be evaluated and ranked by a committee on a technical basis according to the criteria below. Those proposals that are considered to be technically acceptable shall then be evaluated in terms of cost For the purpose of selection, the evaluation will be based on the following weighted point scale (totaling 100 points) of the proposal in its entirety, including, but not limited to, the following:

No. Criteria Points

1

Technical Approach

Comprehensiveness of proposal approach. Clarity and appropriateness of proposed activity.

Implementation plan and proposed timeline are realistic and include all proposed elements of activity.

Responsiveness to Terms of Reference

50

2

Capabilities and Past Performance

Organizational, financial and technical capabilities and resources to implement this work

Previous successful past experience implementing similar activities.

25

3

Proposed Costs

Reasonableness of proposed budget based on scope of activities proposed.

Summary budget, detailed budget, and budget notes included.

25

Total 100

JSI RESERVES THE RIGHT, IN ITS SOLE DISCRETION, TO MODIFY THE REQUEST, TO ALTER THE SELECTION PROCESS IN ANY WAY, TO ASK FOR ADDITIONAL INFORMATION FROM OFFERORS, TO REJECT ANY AND ALL PROPOSALS AND/OR TO MODIFY OR AMEND THE SCOPE OF THE PROPOSALS SUBMITTED. THE RELEASE OF THIS RFP IS NOT A COMMITMENT TO AWARD A CONTRACT. Each Offeror acknowledges and agrees that the preparation of all materials for submission to JSI and all presentations made by the Offeror are at the Offeror’s sole cost and expense, and JSI shall not, under any circumstances, be responsible for any cost or expense incurred by an Offeror. All documentation and/or materials submitted with a proposal shall become and remain the property of JSI. 4. OFFER VALIDITY The Offeror's technical and cost proposals must remain valid for not less than 90 calendar days after the deadline specified above. Proposals must be signed by an official authorized to bind the Offeror to its provisions.

Page 6: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 6

5. OFFER VERIFICATION JSI may contact Offerors to confirm contact person, address, bid amount, and that the bid was submitted for this solicitation. 6. FALSE STATEMENTS IN OFFER Offerors must provide full, accurate, and complete information as required by this solicitation and its attachments. 7. FINANCIAL RESPONSIBILITY Offerors which are firms and not individuals must include in the Capabilities Statement that they have the financial viability and resources to complete the proposed activities within the period of performance and under the terms of payment outlined below. JSI reserves the right to request and review the latest financial statements and audit reports of the Offeror as part of the basis of the award. 8. LANGUAGE The proposal, as well as correspondence and related documents should be in English. 9. NEGOTIATIONS The Offeror's most competitive proposal is requested. It is anticipated that any award issued will be made solely on the basis of an Offeror’s proposal. However, the Project reserves the right to request responses to additional technical, management and cost questions which would help in negotiating and awarding a contract. The Project also reserves the right to conduct negotiations on technical, management, or cost issues prior to the award of a contract. In the event that an agreement cannot be reached with an Offeror the Project will enter into negotiations with alternate Offerors for the purpose of awarding a contract without any obligation to previously considered Offerors. 10. REJECTION OF PROPOSALS

The Project reserves the right to reject any and all proposals received, or to negotiate separately with any and all competing Offerors. The Project also reserves the right to reject any or all proposals received, without explanation. 11. INCURRING COSTS The Project is not liable for any cost incurred by Offerors during preparation, submission, or negotiation of an award for this RFP. The costs are solely the responsibility of the Offeror. 12. CANCELLATION The Project may cancel this RFP without any cost or obligation at any time until issuance of a contract, be it funding or programmatic. 13. CONTRACT AWARD

Page 7: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 7

The contracting document will be a Fixed Price Contract to be awarded once a contractor has been selected, whose proposal is most advantageous, cost and other factors considered. The awarded contract will include a statement of the total fixed price; the scope of work with stated deliverables and due dates; required provisions; and invoicing information. Please be advised that under a fixed price contract the work must be completed within the specified total price. Any expenses incurred in excess of the agreed upon amount in the contract will be the responsibility of the contractor and not that of JSI or USAID. All deliverables produced under said award/contract shall be considered the property of JSI. JSI reserves the right to issue a contract based on the initial evaluation of offers without discussion. JSI may choose to award a contract for part of the activities in the RFP. JSI may choose to award a contract to more than one offeror for specific parts of the activities in the RFP. Therefore, the Offeror is duly advised to provide its most competitive and realistic cost proposal to cover all foreseeable expenses related to the tasks outlined in the Terms of Reference in Annex 1. 14. CERTIFICATIONS The proposal shall be accompanied by all required Certifications in Annex 2, signed by an authorized official of the Offeror. 15. KEY CLAUSES AND PROVISIONS

The following key clauses and provisions will be incorporated into the contract awarded as a result of this solicitation. The list is not comprehensive but provides Offeror’s with the key provisions and clauses to be included. a) Payment

JSI policy prohibits advance payments. Payments may be negotiated per deliverable required. Payments will be made on the following basis: The contractor will submit an invoice for payment after being notified of receipt and acceptance of

the deliverable(s) by the JSI Activity Manager. Acceptance is predicated upon the compliance of the goods/services with the specifications set forth in the contract.

The contractor will be paid the fixed amount as stated on the contract. JSI payment cycle is net 30 days upon receipt of invoice.

Should the contractor require payment along other terms and conditions, these will need to be negotiated with JSI prior to final award and issuance of the contract. Full cooperation with JSI in meeting the terms and conditions of payment will be given the highest consideration.

b) Executive Order on Terrorist Financing

The contractor must not engage in transactions with, or provide resources or support to, individuals and organizations associated with terrorism, including those individuals or entities that appear on the Specially Designated Nationals and Blocked Persons List maintained by the U.S. Treasury (online at: http://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx) or the United

Page 8: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 8

Nations Security designation list (online at: http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml). c) Debarment, Suspension, Ineligibility, and Voluntary Exclusion

The vendor certifies that neither it nor its principals is presently excluded or disqualified from participation in this transaction by any US Government federal department or agency. d) USAID’s Standard Provisions for U.S. Non-Governmental Organizations (NGOs) and Appendix II to

2 CFR 200, Contract Provisions for Non-Federal Entity Contracts Under Federal Awards (This document can be found at the SPRING Procurement Page at www.spring-nutrition.org/spring-procurement)

e) Inspection and Acceptance

The vendor shall tender for acceptance only those items that conform to the requirements of this contract. JSI reserves the right to inspect or test any supplies or services that have been tendered for acceptance. JSI may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in the contract price. JSI must exercise its post acceptance rights:

Within a reasonable period of time after the defect was discovered or should have been discovered; and

Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

The Activity Manager has unilateral authority to determine if the performance results have been met. f) Warrant

The vendor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. g) Work for Hire All deliverables noted in this contract and all work produced under this contract are considered work for hire. The vendor agrees not to publish or disseminate any information relating to or resulting from any stage of any work outlined in this contract at any time without prior written approval from JSI. JSI retains sole right, title and interest in all related intellectual property produced under this contract. This clause survives the termination of this contract. h) Indemnification The vendor shall indemnify and hold JSI and USAID harmless from any claim, suit, loss, damage, cost or expenses (including attorney’s fees) arising out of or in connection with the offeror’s activities under this contract, including, but not limited to, alleged or actual violations of any applicable law or regulation or alleged acts of piracy, plagiarism, copyright or other improper conduct.

Page 9: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 9

i) Conflict of Interest The vendor agrees that there is no conflict of interest in accepting the contract which might affect the ability to provide fair and useful service and deliverables on behalf of JSI or USAID. Failure to provide full and open disclosure may result in JSI having to re-evaluate selection of a potential offeror. j) Termination for Convenience JSI reserves the right to terminate this contract, or any part, for its convenience. In the event of such termination, the vendor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of the contract, the offeror shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the termination. k) Termination for Cause

JSI reserves the right to terminate this contract, or any part, for cause in the event of any defaults by the vendor, or if the vendor fails to comply with the terms and conditions of the contract, or fails to provide JSI with adequate assurances of future performance. In the event of termination for cause, JSI shall not be liable for any amount of supplies or services not accepted, and the vendor shall be liable to JSI for any and all rights and remedies provided by law. l) Taxes This contract includes all local taxes or duties, as may be applicable. The vendor shall be responsible for payment of all federal, state or local taxes arising out of the vendor’s performance under this contract.

Page 10: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 10

Annex 1: Terms of Reference A. Background to the Project: The Strengthening Partnerships, Results and Innovations in Nutrition Globally (SPRING) Project is a five-year cooperative agreement funded by the U.S. Agency for International Development (USAID). SPRING’s overarching vision is to reduce undernutrition, prevent stunting, and work with women and children under two years of age to reduce anemia.

In 2015, in close collaboration with USAID and the Pan American Health Organization (PAHO),

SPRING began exploring opportunities to build evidence and develop guidance around the diet and

eating practices of adolescent girls and women of reproductive age. SPRING’s earlier work in this

area highlighted major gaps in the global community’s understanding of adolescent girls’ nutritional

status and nutrition-related behaviors. Although research and interest in this topic is increasing,

adolescent girls have been largely ignored in nutrition programming, and development programs

targeting adolescents rarely address their diet and eating practices.

In 2016, SPRING identified the need for guidance for program planners and implementing partners to

better promote adolescent girls’ nutrition, especially in low and middle income countries (LMICs)

through existing programs and systems, and began exploring opportunities to develop more

comprehensive global guidance.

B. Current Status of the Activity: In 2017, SPRING seeks to conduct a systematic review of the diet and eating practices of adolescent

girls in low and middle income countries (LMIC) to contribute to the development of guidance and

recommendations related to adolescent girls’ nutrition programming. SPRING plans to contract an

external research firm able to perform this systematic review between February and early July 2017.

C. Objectives for the Activity: The principal objectives of this systematic review are:

1. To evaluate the current diet (e.g. types of foods consumed) and eating practices (e.g. time, place, frequency of consumption) of adolescent girls aged 10‐19 years in (LMICs;

2. To identify and describe trends in dietary intake and patterns in LMICs; and

3. To provide a summary of available information to develop recommendations for advocacy or further action (including funding, coordinated actions for implementation and research, and creation of an enabling environment for action).

D. Overall Research Approach: This review will follow standard systematic review methodology. It will consider all available published and unpublished papers/reports/gray literature that assessed nutritional status, dietary patterns, and/or intake among adolescents 10‐19 years across LMICs, including reviews, surveys, randomized controlled trials, alternative designs, program evaluations, qualitative research studies, and descriptive program documents.

Page 11: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 11

Research teams responding to this RFP are asked to clearly outline their research approach and proposed methodology, and will submit a timeline with key milestones, including submission of a conceptual framework to guide the research, a search strategy, external reviews periods, interim deliverables, and a final draft report.

SPRING anticipates that the selected research team will develop and use a broad search strategy, including a combination of search terms, to systematically search and analyze all available evidence, encompassing the period since 2000. Detailed examination of cross‐references and bibliographies of available data and publications will be used to identify additional sources of information. The study team will also contact relevant organizations for program documents and literature.

E. Qualifications of Research Group/ Firm: The research team will have the following qualifications:

1. Demonstrated experience conducting Systematic Reviews

2. Previous experience identifying and analyzing data related to adolescent nutrition

3. A strong understanding of the current evidence base for adolescent nutrition

F. Responsibilities of the Research Firm: The research team selected to conduct the systematic review of the diet and eating practices of adolescent girls in LMICs will work under the direction of and in collaboration with SPRING’s Social and Behavior Change Communications (SBCC) Team Lead and her colleagues to achieve the objectives noted above. The research team will also liaise frequently with the SPRING Contracts & Finance Manager on all operational and contractual issues. The team should include one team member with experience in managing research teams and administrative staff as needed. Overall responsibilities include literature search and review, data analysis, drafting of the systematic review report, and operational work (including management of logistics and payments). Specific tasks include:

Provide a team of researchers with skills in systematic review research methods and experience in the field of adolescent nutrition.

Assign a specific team manager to work with the SPRING SBCC Team Lead to manage the technical and logistical/administrative/financial activities for the entire study period, including but not limited to: developing a detailed work plan, organizing meetings, and other administrative and managerial duties as required by team to carry out this work.

Develop a protocol, collect all literature, analyze all data, and draft the systematic review report. The final draft report is expected to be no more than 30 pages, not including appendices.

Hold regular management meetings with SPRING SBCC Team

Engage, as needed, with members of a technical advisory group (TAG), to be identified by SPRING, who will provide periodic guidance and review of the conceptual framework, search strategy, and draft documents.

Page 12: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 12

Assist in the planning of a stakeholder meeting, to be conducted in July 2017, and commit two key research team members to participate in this meeting to present findings (travel costs for two members of the team will be covered by SPRING).

G. Deliverables and Payment Schedule

Submit draft research protocol for SPRING review: 24 February 2017

Submit conceptual framework for SPRING and TAG review: March 15: 2017

Submit draft systematic review report for SPRING and TAG review: 5 July 2017

Incorporate feedback and submit revised draft report: 18 July 2017

Submit final draft systematic review report: 31 July 2017

H. Period of Performance The period of performance for this contract will be 15 February 2017-31 July 2017.

Page 13: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 13

Annex 2: Certifications

CERTIFICATION REGARDING TERRORIST FINANCING

Within the following certification the term “JSI” shall be substituted for the term "USAID". “Proposal shall be substituted for the term “application”. CERTIFICATION: By signing and submitting this application, the prospective recipient provides the certification set out below: 1. The Recipient, to the best of its current knowledge, did not provide, within the previous ten years, and will take all reasonable steps to ensure that it does not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated, or participated in terrorist acts, as that term is defined in paragraph 3. 2. The following steps may enable the Recipient to comply with its obligations under paragraph 1: a. Before providing any material support or resources to an individual or entity, the Recipient will verify that the individual or entity does not (i) appear on the master list of Specially Designated Nationals and Blocked Persons, which is maintained by the U.S. Treasury’s Office of Foreign Assets Control (OFAC), or (ii) is not included in any supplementary information concerning prohibited individuals or entities that may be provided by USAID to the Recipient. b. Before providing any material support or resources to an individual or entity, the Recipient also will verify that the individual or entity has not been designated by the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the “1267 Committee”) [individuals and entities linked to the Taliban, Usama bin Laden, or the Al-Qaida Organization]. To determine whether there has been a published designation of an individual or entity by the 1267 Committee, the Recipient should refer to the consolidated list available online at the Committee’s Web site: http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm. c. Before providing any material support or resources to an individual or entity, the Recipient will consider all information about that individual or entity of which it is aware and all public information that is reasonably available to it or of which it should be aware. d. The Recipient also will implement reasonable monitoring and oversight procedures to safeguard against assistance being diverted to support terrorist activity. 3. For purposes of this Certification – a. “Material support and resources” means currency or monetary instruments or financial securities, financial services, lodging, training, expert advice or assistance, safehouses, false documentation or

Page 14: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 14

identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials.” b. “Terrorist act” means – (i) an act prohibited pursuant to one of the 12 United Nations Conventions and Protocols related to terrorism (see UN terrorism conventions Internet site: http://untreaty.un.org/English/Terrorism.asp); or (ii) an act of premeditated, politically motivated violence perpetrated against noncombatant targets by subnational groups or clandestine agents; or (iii) any other act intended to cause death or serious bodily injury to a civilian, or to any other person not taking an active part in hostilities in a situation of armed conflict, when the purpose of such act, by its nature or context, is to intimidate a population, or to compel a government or an international organization to do or to abstain from doing any act. c. “Entity” means a partnership, association, corporation, or other organization, group or subgroup. d. References in this Certification to the provision of material support and resources must not be deemed to include the furnishing of USAID funds or USAID-financed commodities to the ultimate beneficiaries of USAID assistance, such as recipients of food, medical care, micro-enterprise loans, shelter, etc., unless the Recipient has reason to believe that one or more of these beneficiaries commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated or participated in terrorist acts. e. The Recipient’s obligations under paragraph 1 are not applicable to the procurement of goods and/or services by the Recipient that are acquired in the ordinary course of business through contract or purchase, e.g., utilities, rents, office supplies, gasoline, etc., unless the Recipient has reason to believe that a offeror or supplier of such goods and services commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated or participated in terrorist acts. This Certification is an express term and condition of any agreement issued as a result of this application, and any violation of it will be grounds for unilateral termination of the agreement by USAID prior to the end of its term. OFFEROR: _______________________________________ Authorized Signatory: _______________________________________ Title: _______________________________________ Date: __________________

Page 15: Request for Proposals (RFP) RFP No: SPRING-17-01 · REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential JSI Research & Training Institute, Inc. v. 1_03.07.2016 5 3. EVALUATION

REQUEST FOR PROPOSALS RFP NO: SPRING-17-01 Confidential

JSI Research & Training Institute, Inc.

v. 1_03.07.2016 15

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, OR PROPOSED DEBARMENT

By signing and submitting this certification, the prospective recipient provides the certification set out below:

By signing and submitting this certification, the prospective recipient provides the following assertion: to the best of its knowledge and belief, the prospective recipient and/or any of its Principals are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for award of contracts by any Federal agency. OFFEROR: _______________________________________ Authorized Signatory: _______________________________________ Title: _______________________________________ Date: __________________