100% found this document useful (1 vote)
99 views

Contoh RFP REQ CJR 18 0177 Service Provider GIS Mentoring Program Development of Spatial Data of Pipeline Networks

This Request for Proposals (RFP) from USAID's IUWASH PLUS program seeks a service provider to develop a Geographic Information System (GIS) mentoring program for two water utilities (PDAMs) in Central Java, Indonesia. The purpose is to create digital spatial data of the PDAMs' pipeline networks to support their non-revenue water reduction programs. Interested offerors should submit proposals by December 7, 2018. A pre-bid meeting will be held on November 29, 2018. The anticipated award is a fixed-price purchase order. The selection will be based on a trade-off methodology evaluating technical and cost/price factors.

Uploaded by

Choir Rul
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
99 views

Contoh RFP REQ CJR 18 0177 Service Provider GIS Mentoring Program Development of Spatial Data of Pipeline Networks

This Request for Proposals (RFP) from USAID's IUWASH PLUS program seeks a service provider to develop a Geographic Information System (GIS) mentoring program for two water utilities (PDAMs) in Central Java, Indonesia. The purpose is to create digital spatial data of the PDAMs' pipeline networks to support their non-revenue water reduction programs. Interested offerors should submit proposals by December 7, 2018. A pre-bid meeting will be held on November 29, 2018. The anticipated award is a fixed-price purchase order. The selection will be based on a trade-off methodology evaluating technical and cost/price factors.

Uploaded by

Choir Rul
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 21

RFP No.

REQ-CJR-18-0177

USAID Indonesia Urban Water Sanitation and Hygiene


Penyehatan Lingkungan Untuk Semua

Request For Proposals (RFP)

No. REQ-CJR-18-0177

Service Provider for GIS Mentoring Program Development of Spatial Data of


Pipeline Networks to Support NRW Program PDAM Kab. Magelang and
PDAM Kab. Sukoharjo

Issue Date: November 23, 2018

WARNING: Prospective Offerors who have received this document from a source other than the
USAID -IUWASHPLUS Project, should immediately contact [email protected] and
provide their name and mailing address in order that amendments to the RFP or other
communications can be sent directly to them. Any prospective Offeror who fails to register their
interest assumes complete responsibility in the event that they do not receive communications prior
to the closing date. Any amendments to this solicitation will be issued and posted at
www.iuwashplus.or.id “Offerors are encouraged to check this website periodically”

Page 1 of 21
RFP No. REQ-CJR-18-0177

Table of Contents
1. Introduction and Purpose .........................................................................................................4
1.1 Purpose ......................................................................................................................................... 4
1.2 Issuing Office ................................................................................................................................. 5
1.3 Type of Award Anticipated ........................................................................................................... 5
2. General Instructions to Offerors..............................................................................................5
2.1 General Instructions ..................................................................................................................... 5
2.2 Proposal Cover Letter .................................................................................................................. 5
2.3 Questions regarding the RFP ........................................................................................................ 5
3. Instructions for the Preparation of Technical Proposals .......................................................6
3.1 Services Specified .......................................................................................................................... 6
3.2 Technical Evaluation Criteria ........................................................................................................ 6
4. Instructions for the Preparation of Cost/Price Proposals......................................................6
4.1 Cost/Price Proposals..................................................................................................................... 6
5. Basis of Award............................................................................................................................7
5.1 Best Value Determination............................................................................................................. 7
5.2 Responsibility Determination........................................................................................................ 7
6. Anticipated post-award Deliverables.......................................................................................7
7. Inspection & Acceptance ..........................................................................................................8
8. Compliance with Terms and Conditions.................................................................................8
8.1 General Terms and Conditions .................................................................................................... 8
8.2 Source and Nationality.................................................................................................................. 8
8.3 Data Universal Numbering System (DUNS) ................................................................................ 8
9. Procurement Ethics...................................................................................................................9
10.Attachments ............................................................................................................................ 10
10.1 Attachment A: Scope of Work for Services or Technical Specifications................................. 10
10.2 Attachment B: Proposal Cover Letter ...................................................................................... 10
10.3 Attachment C: Price Schedule .................................................................................................... 16
10.4 Attachment D: Instructions for Obtaining a DUNS Number-DAI’S Vendors, Subcontractors 17
10.5 Attachment E: Self Certification for Exemption from DUNS Requirement .............................. 17
10.6 Attachment F: Past Performance Form ...................................................................................... 18
10.7 Attachment G: Representations and Certifications of Compliance ........................................... 19
10.8 Attachment H: Proposal Checklist ............................................................................................. 21

Page 2 of 21
RFP No. REQ-CJR-18-0177

Synopsis of the RFP


RFP No. REQ-CJR-18-0177
Issue Date November 23, 2018
Title Service Provider for GIS Mentoring Program Development of
Spatial Data of Pipeline Networks to Support NRW Program
PDAM Kab. Magelang and PDAM Kab. Sukoharjo
Issuing Office & Email/Physical USAID – IUWASH PLUS Central Java Regional Office
Address for Submission of Jl. Semangka No. 16 Kerten, Laweyan, Surakarta 57143
Proposals
Email : [email protected]
Pre Bid Meeting A Pre-Proposal Bidders’ Conference is scheduled for:

November 29, 2018 at 09.00 AM -12.00 AM at USAID –


IUWASH PLUS Central Java Regional Office
Jl. Semangka No. 16 Kerten, Laweyan, Surakarta 57143

Bidders Conference Confirmation : November 28, 2018 at


the latest 02.00 PM

Deadline for Receipt of December 03, 2018 at the latest 05.00 PM


Questions
Deadline for Receipt of December 07, 2018 at the latest 05.00 PM
Proposals
Point of Contact [email protected]
Anticipated Award Type An Individual Fixed Price Purchase Order Issuance of this RFP in
no way obligates DAI to award a subcontract or purchase order
and Bidders will not be reimbursed for any costs associated with
the preparation of their quote.
Basis for Award An award will be made based on the Trade Off Method. The
award will be issued to the responsible and reasonable offeror
who provides the best value to DAI and its client using a
combination of technical and cost/price factors.

Interested Offerors may obtain a full copy of the RFP which contains detailed instructions for preparation of the
proposal. The RFP may be collected from the address and/or contact person above.

Page 3 of 21
RFP No. REQ-CJR-18-0177

1. Introduction and Purpose


1.1 Purpose
DAI, the implementer of the “The USAID Indonesia Urban Water, Sanitation and Hygiene 'Penyehatan
Lingkungan Untuk Semua' (IUWASH PLUS) program invites qualified offerors to submit proposals to
supply and deliver “Service Provider for GIS Mentoring Program Development of Spatial
Data of Pipeline Networks to Support NRW Program PDAM Kab. Magelang and PDAM
Kab. Sukoharjo” in support of program implementation.

Water supply distribution with the best quality of water for all customers is still the most challenging
target faced by state water utility (Perusahaan Daerah Air Minum/ PDAM), particularly to reduce Non
Revenue Water (NRW). Limited water resources, unstable zoning system and poor of water flow
analysis are known as the causes of this issue. Only very limited PDAM has planning and drawing of
existing distribution network system using digital based technologies, while most of PDAMs still working
manually, as well as data records and management of pipeline networks and its supporting components.
PDAMs in North Sumatra province are aware to their current condition.

Based on a short review and visits to some of IUWASH PLUS assisted PDAMs in Central Java region,
IUWASH PLUS has found that mostly PDAMs in North Sumatra region shown a great interest to have
the digital database (computerized), such as pipeline network, accessories, customer location, road and
river networks, contour line, and administrative boundaries as well as to develop zoning system. They
understood and agreed that by developing a digital database, they will have ability to improve their
quality services to their customer. As a wider impact, these activities also will increase their reputation
and financial health and able to increase service coverage as well as reducing non-revenue water (NRW).

Within the latest review as mentioned above, PDAM Kab. Sukoharjo and PDAM Kab. Magelang have
taken IUWASH advice to build pipeline network in digital format, as well as basic spatial database using
Geographic Information System (GIS). Beside benefits listed above, both PDAMs will be able to
communicate and synchronize their spatial database with other institutions, such as data of land plots
(kapling/persil) of national land agency (BPN), telecommunication cable network, sanitation systems, etc.,
which normally a good digital spatial database will have a good geographic reference system with
relatively accurate scale.

Based on the GIS capacity assessment to PDAM Kab. Magelang and Kab. Sukoharjo, in general GIS
mapping of pipeline networks has reached 70 % for Kab. Magelang and 30 % for Kab. Sukoharjo. In
accordance with the commitment between PDAM and USAID IUWASH PLUS and before
implementation of NRW Program, expected of GIS Pipeline mapping should reach 100%. For that
reasons USAID IUWASH PLUS will provide technical assistance to PDAM Kab. Magelang and Kab.
Sukoharjo by inviting Local GIS Facilitator (Personal Consultant) in facilitation effort to reach 100% GIS
mapping of pipeline networks.

The objective of these activity is to have spatial data developed by PDAM meet the criteria and ready to
be analyzed before implementation of NRW Program. In addition, this activity also aims to improve the
GIS capacity of PDAM Staffs, as to be able to carry out necessary GIS analysis for the NRW program.

Page 4 of 21
RFP No. REQ-CJR-18-0177

1.2 Issuing Office


The Issuing Office and Contact Person noted in the above synopsis is the sole point of contact at DAI
for purposes of this RFP. Any prospective offeror who fails to register their interest with this office
assumes complete responsibility in the event that they do not receive direct communications
(amendments, answers to questions, etc.) prior to the closing date.
1.3 Type of Award Anticipated
DAI anticipates awarding an Individual Fixed Price Purchase Order. This subcontract type is
subject to change during the course of negotiations.

2. General Instructions to Offerors


2.1 General Instructions
“Offeror”, “Subcontractor”, and/or “Bidder” means an individual proposing the work under this RFP.
“Offer” and/or “Proposal” means the package of documents that submits to propose the work.

Offerors wishing to respond to this RFP must submit proposals, in Bahasa Indonesia or English, in
accordance with the following instructions. Offerors are required to review all instructions and
specifications contained in this RFP. Failure to do so will be at the Offeror’s risk. If the solicitation is
amended, then all terms and conditions not modified in the amendment shall remain unchanged.

Issuance of this RFP in no way obligates DAI to award a subcontract or purchase order. Offerors will
not be reimbursed for any costs associated with the preparation or submission of their proposal. DAI
shall in no case be responsible for liable for these costs.
Proposals are due no later than December 07, 2018 (at the latest 05.00 p.m), to be submitted to
[email protected] for softcopy by stated the RFP Number and Title of the Activity in the
subject line. Late offers will be rejected except under extraordinary circumstances at DAI’s discretion.
The submission to DAI of a proposal in response to this RFP will constitute an offer and indicates the
Offeror’s agreement to the terms and conditions in this RFP and any attachments hereto. DAI reserves
the right not to evaluate a non-responsive or incomplete proposal.
2.2 Proposal Cover Letter
A cover letter shall be included with the proposal on the Offeror’s letterhead with a duly
authorized signature using Attachment B as a template for the format. The cover letter shall include the
following items:
 The Offeror will certify a validity period of 60 days for the prices provided.
 Acknowledge the solicitation amendments received.

2.3 Questions regarding the RFP


Each Offeror is responsible for reading and complying with the terms and conditions of this RFP.
Requests for clarification or additional information must be submitted in writing via email or in writing
to the Issuing Office as specified in the Synopsis above. No questions will be answered by phone. Any
verbal information received from a DAI or IUWASH PLUS employee or other entity shall not be
considered as an official response to any question regarding this RFP.
Copies of questions and responses will be distributed in writing to all prospective bidders who are on
record as having received this RFP after the submission date specified in the Synopsis above.

Page 5 of 21
RFP No. REQ-CJR-18-0177

3. Instructions for the Preparation of Technical Proposals


Technical proposals shall be sent in a separate subject from cost/price proposals, and shall be clearly
mentioned as “VOLUME I: TECHNICAL PROPOSAL”.
Technical proposals shall include the following contents
1. Technical Approach - Description of the proposed services which meets or exceeds the stated
technical specifications or scope of work. The proposal must show how the Offeror plans to
complete the work and describe an approach that demonstrates the achievement of timely and
acceptable performance of the work.
2. Management approach – Description of the Offeror’s staff assigned to the project. The proposal
should describe how he/she have the necessary experience and capabilities to carry out the
Technical Approach.
3. Past Performance –Provide a list of at least three (3) recent awards of similar scope and
duration. The information shall be supplied as a table, and shall include the legal name and
address of the organization for which services were performed, a description of work
performed, the duration of the work and the value of the contract, description of any problems
encountered and how it was resolved, and a current contact phone number of a responsible and
knowledgeable representative of the organization. See Attachment F.
3.1 Services Specified
For this RFP, DAI is in need of the services described in Attachment A.
3.2 Technical Evaluation Criteria
Each proposal will be evaluated and scored against the evaluation criteria and evaluation sub-
criteria, which are stated in the table below. Cost/Price proposals are not assigned points, but
for overall evaluation purposes of this RFP, technical evaluation factors other than cost/price,
when combined, are considered significantly more important than cost/price factors

Evaluation Criteria Maximum Point


Methodology (proposed methodology, background, 40%
task to be conducted, and time schedule)
Qualification of personal and experience 60%

4. Instructions for the Preparation of Cost/Price Proposals


4.1 Cost/Price Proposals
Cost/Price proposals shall be sent in a separate subject from technical proposals, and shall be clearly
mentioned as “VOLUME II: COST/PRICE PROPOSAL”.
Provided in Attachment C is a template for the Price Schedule, for Individual fixed price awards. For
cost-reimbursable or time & material awards, the offeror shall provide a fully detailed budget. Offerors
shall complete the template including as much detailed information as possible.
These services are not eligible for VAT exemption under the DAI prime contract. The Subcontractor is
responsible for all applicable taxes and fees, as prescribed under the applicable laws for income,
compensation, permits, licenses, and other taxes and fees due as required.

Page 6 of 21
RFP No. REQ-CJR-18-0177

5. Basis of Award
5.1 Best Value Determination
DAI will review all proposals, and make an award based on the technical and cost evaluation criteria
stated above, and select the offeror whose proposal provides the best value to DAI. DAI may also
exclude an offer from consideration if it determines that an Offeror is "not responsible", i.e., that it does
not have the management and financial capabilities required to perform the work required.
Evaluation points will not be awarded for cost. Cost will primarily be evaluated for realism and
reasonableness. DAI may award to a higher priced offeror if a determination is made that the higher
technical evaluation of that offeror merits the additional cost/price.
DAI may award to an Offeror without discussions. Therefore the initial offer must contain the
Offeror’s best price and technical terms.
5.2 Responsibility Determination
DAI will not enter into any type of agreement with an Offeror prior to ensuring the Offeror’s
responsibility. When assessing an Offeror’s responsibility, the following factors are taken into
consideration:
1. Provide evidence of the required business licenses to operate in the host country.
2. Evidence of a DUNS number (explained below and instructions contained in Attachment
D).
3. The source, origin and nationality of the products or services are not from a Prohibited
Country (explained below).
4. Having adequate financial resources to finance and perform the work or deliver goods
or the ability to obtain financial resources without receiving advance funds from DAI.
5. Ability to comply with required or proposed delivery or performance schedules.
6. Have a satisfactory past performance record.
7. Have a satisfactory record of integrity and business ethics.
8. Have the necessary experience, accounting and operational controls and technical skills.
9. Have the necessary production, construction and technical equipment and facilities if
applicable.
10. Be qualified and eligible to perform work under applicable laws and regulations.
6. Anticipated post-award Deliverables
Upon award of a subcontract, the deliverables and deadlines detailed in below table will be submitted to
DAI. The Offeror should detail proposed costs per deliverable in the Price Schedule. All of the
deliverables must be submitted to and approved by DAI before payment will be processed.

No Deliverables/Outputs Due Date


Preliminary report, including implementation methodology, work 2 weeks after
1
plan, result of Re-measure DED, time line include S-Curve contract signing

2 Report on the progress of shared septic tank construction (30%) End of 2nd month

3 Report on the progress of shared septic tank construction (60%) End of 3rd month
Report on the progress of shared septic tank construction (100%)
4 and result of commissioning test. As-built drawings of each built End of 4th month
location
Retention (Payment After 1 month after completion of handover
5 End of 5th month
process of work)

Page 7 of 21
RFP No. REQ-CJR-18-0177

7. Inspection & Acceptance


The designated DAI Project Manager will inspect from time to time the services being performed to
determine whether the activities are being performed in a satisfactory manner, and that all equipment or
supplies are of acceptable quality and standards. The subcontractor shall be responsible for any
countermeasures or corrective action, within the scope of this RFP, which may be required by the DAI
Chief of Party as a result of such inspection.

8. Compliance with Terms and Conditions


8.1 General Terms and Conditions
Offerors agree to comply with the general terms and conditions for an award resulting from this RFP.
The selected Offeror shall comply with all Representations and Certifications of Compliance listed in
Attachment G.
8.2 Source and Nationality
Under the authorized geographic code for its contract DAI may only procure goods and services from
the following countries.
Geographic Code 937: Goods and services from the United States, the cooperating country, and
"Developing Countries" other than "Advanced Developing Countries: excluding prohibited countries. A
list of the "Developing Countries" as well as "Advanced Developing Countries" can be found at:

http://www.usaid.gov/policy/ads/300/310maa.pdf and

http://www.usaid.gov/policy/ads/300/310mab.pdf respectively.

Geographic Code 935: Goods and services from any area or country including the cooperating
country, but excluding Prohibited Countries.
Geographic Code 110: Goods and services from the United States, the independent states of the
former Soviet Union, or a developing country, but excluding Prohibited Countries.
DAI must verify the source and nationality of goods and services and ensure (to the fullest extent
possible) that DAI does not procure any goods or services from prohibited countries listed by the
Office of Foreign Assets Control (OFAC) as sanctioned countries. OFAC sanctioned countries may be
searched within the System for Award Management (SAM) at www.SAM.gov. The current list of
countries under comprehensive sanctions include: Cuba, Iran, North Korea, Sudan, and Syria. Goods
may not transit through or be assembled in comprehensive sanctioned origin or nationality countries
nor can the vendor be owned or controlled by a prohibited country. DAI is prohibited from facilitating
any transaction by a third party if that transaction would be prohibited if performed by DAI.
By submitting a proposal in response to this RFP, Offerors confirm that they are not violating the Source
and Nationality requirements of the goods or services being offered and that the goods and services
comply with the Geographic Code and the exclusions for prohibited countries outlined above.
8.3 Data Universal Numbering System (DUNS)
There is a mandatory requirement for your organization to provide a DUNS number to DAI. The
Data Universal Numbering System is a system developed and regulated by Dun & Bradstreet (D&B) that
assigns a unique numeric identifier, referred to as a "DUNS number" to a single business entity. Without
a DUNS number, DAI cannot deem an Offeror “responsible” to conduct business with and therefore,
DAI will not enter into a subcontract/purchase order or monetary agreement with any organization.

Page 8 of 21
RFP No. REQ-CJR-18-0177

The determination of a successful offeror/applicant resulting from this RFP/RFQ/RFA is contingent upon
the winner providing a DUNS number to DAI. Offerors who fail to provide a DUNS number will not
receive an award and DAI will select an alternate Offeror.
All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders
with a value of $25,000 and above are required to obtain a DUNS number prior to signing
of the agreement. Organizations are exempt from this requirement if the gross income received
from all sources in the previous tax year was under $300,000. DAI requires that Offerors sign the self-
certification statement if the Offeror claims exemption for this reason.
For those required to obtain a DUNS number, see Attachment D - Instructions for Obtaining a DUNS
Number - DAI’S Vendors, Subcontractors
For those not required to obtain a DUNS number, see Attachment E: Self Certification for Exemption
from DUNS Requirement

9. Procurement Ethics
Neither payment nor preference shall be made by either the Offeror, or by any DAI staff, in an attempt
to affect the results of the award. DAI treats all reports of possible fraud/abuse very seriously. Acts of
fraud or corruption will not be tolerated, and DAI employees and/or subcontractors/grantees/vendors
who engage in such activities will face serious consequences. Any such practice constitutes an unethical,
illegal, and corrupt practice and either the Offeror or the DAI staff may report violations to the Toll-
Free Ethics and Compliance Anonymous Hotline at +1 855-603-6987, via the DAI website, or via email
to [email protected]. DAI ensures anonymity and an unbiased, serious review and treatment of the
information provided. Such practice may result in the cancellation of the procurement and
disqualification of the Offeror’s participation in this, and future, procurements. Violators will be
reported to USAID, and as a result, may be reported to the U.S. Department of Justice to be included in
a Restricted Parties list, preventing them from participating in future U.S. Government business.

Offerors must provide full, accurate and complete information in response to this solicitation. The
penalty for materially false responses is prescribed in Section 1001 of Title 18 of the United States
Code.
In addition, DAI takes the payment of USAID funds to pay Terrorists, or groups supporting Terrorists,
or other parties in exchange for protection very seriously. Should the Terrorist, groups or other
parties attempt to extort/demand payment from your organization you are asked to immediately report
the incident to DAI’s Ethics and Compliance Anonymous Hotline at the contacts described in this
clause. By submitting an offeror, offerors certify that they have not/will not attempt to bribe or make
any payments to DAI employees in return for preference, nor have any payments with Terrorists, or
groups supporting Terrorists, been attempted.

Page 9 of 21
RFP No. REQ-CJR-18-0177

10. Attachments
10.1 Attachment A: Scope of Work for Services or Technical Specifications
Scope of Work

Name of Activity: Service Provider for GIS Mentoring Program Development of Spatial Data of
Pipeline Networks to Support NRW Program PDAM Kab. Magelang and PDAM
Kab. Sukoharjo
Location: PDAM Kab. Magelang and PDAM Kab. Sukoharjo
Date of Activity: 02 January 2019 – 03 June 2019
Component: 2. Strengthening City Wash Institutional Performance
Sub Component: 2.1 Improve PDAM (and non PDAM) performance by increasing GIS/ MIS
programs for water supply
Task Area:
 Background

The USAID Indonesia Urban Water, Sanitation and Hygiene, Penyehatan Lingkungan Untuk Semua
(IUWASH PLUS) program is a five-year initiative designed to assist the Government of Indonesia (GOI)
in increasing access to water supply and sanitation services as well as improving key hygiene behaviors
among urban poor and vulnerable populations. USAID IUWASH PLUS works with governmental
agencies, the private sector, NGOs, communities and others to achieve the following "high level" results:
1. An increase of one million people in urban areas with access to improved water supply service
quality, of which at least 500,000 are from the poorest 40% of the population (also referred to
as the “Bottom 40%” or “B40”), vulnerable groups or Indonesia’s eastern provinces; and
2. An increase of 500,000 people in urban areas with access to safely managed sanitation.
To ensure that improvements in access to WASH services are sustained, USAID IUWASH PLUS is
guided by a development hypothesis that focuses on strengthening service delivery systems, so they can
more effectively reach the poorest and most vulnerable segments of the population. In order to achieve
this at scale, the program undertakes activities through four interrelated components, including: 1)
improving household WASH services; 2) strengthening city WASH institutional performance; 3)
strengthening the WASH financing environment; and 4) advancing national WASH advocacy,
coordination and communication. In support of these components, USAID IUWASH PLUS also
implements a Local Sustainability and Innovation Component (LSIC) that is designed to stimulate WASH
innovations that strengthen community, private sector and government WASH service provision.
Water supply distribution with the best quality of water for all customers is still the most challenging
target faced by state water utility (Perusahaan Daerah Air Minum/ PDAM), particularly to reduce Non
Revenue Water (NRW). Limited water resources, unstable zoning system and poor of water flow analysis
are known as the causes of this issue. Only very limited PDAM has planning and drawing of existing
distribution network system using digital based technologies, while most of PDAMs still working
manually, as well as data records and management of pipeline networks and its supporting components.
PDAMs in North Sumatra province are aware to their current condition.

Page 10 of 21
RFP No. REQ-CJR-18-0177

Based on a short review and visits to some of IUWASH PLUS assisted PDAMs in Central Java region,
IUWASH PLUS has found that mostly PDAMs in North Sumatra region shown a great interest to have the
digital database (computerized), such as pipeline network, accessories, customer location, road and
river networks, contour line, and administrative boundaries as well as to develop zoning system. They
understood and agreed that by developing a digital database, they will have ability to improve their
quality services to their customer. As a wider impact, these activities also will increase their reputation
and financial health and able to increase service coverage as well as reducing non-revenue water (NRW).
Within the latest review as mentioned above, PDAM Kab. Sukoharjo and PDAM Kab. Magelang have
taken IUWASH advice to build pipeline network in digital format, as well as basic spatial database using
Geographic Information System (GIS). Beside benefits listed above, both PDAMs will be able to
communicate and synchronize their spatial database with other institutions, such as data of land plots
(kapling/persil) of national land agency (BPN), telecommunication cable network, sanitation systems,
etc., which normally a good digital spatial database will have a good geographic reference system with
relatively accurate scale.
Based on the GIS capacity assessment to PDAM Kab. Magelang and Kab. Sukoharjo, in general GIS
mapping of pipeline networks has reached 70 % for Kab. Magelang and 30 % for Kab. Sukoharjo. In
accordance with the commitment between PDAM and USAID IUWASH PLUS and before implementation
of NRW Program, expected of GIS Pipeline mapping should reach 100%. For that reasons USAID IUWASH
PLUS will provide technical assistance to PDAM Kab. Magelang and Kab. Sukoharjo by inviting Local GIS
Facilitator (Personal Consultant) in facilitation effort to reach 100% GIS mapping of pipeline networks.
Objectives
1. The purpose of this activity is to have spatial data developed by PDAM meet the criteria and
ready to be analyzed before implementation of NRW Program. In addition, this activity also aims
to improve the GIS capacity of PDAM Staffs, as to be able to carry out necessary GIS analysis
for the NRW program.
2. Activities of individual consultant for GIS Facilitator in PDAM Kab. Magelang and PDAM Kab.
Sukoharjo are important element under USAID IUWASH PLUS output 2.1: Improve PDAM (and
non PDAM) performance by increasing GIS/ MIS programs for water supply.S
Scope of Work
The GIS facilitator acts as an IUWASH partner, to provide technical assistance to PDAM Kab. Magelang
and Kab. Sukoharjo staffs in developing PDAM spatial databases, particulary on pipeline distribution and
accessories, so they are ready to be used as baseline data for NRW analysis. The main task of the GIS
Facilitator is to act as a consultant for the spatial water supply development process implemented by
PDAM staffs. The activities in the mentoring process will cover:
a. Provide guidance to PDAM staffs on ways to build effective and efficient spatial data.
b. Train PDAM staffs by improving GIS operational techniques ability including: digitization,
data conversion, data attribute management, joint table, query analysis, overlapping analysis
and the preparation of thematic maps, etc.
c. Train PDAM staffs to conduct an efficient and accurate field surveys through increasing
mastery and use of survey tools.
d. Monitor the implementation progress of spatial water supply data development in both
terms of completeness and quality.

Page 11 of 21
RFP No. REQ-CJR-18-0177

e. Ensure the development of spatial water supply data, especially distribution network data, by
producing ready-to-use data for NRW pressure analysis.
f. Encourage PDAM to complete entirely spatial data of pipelines and accessories targets
g. GIS Facilitator activities will be under supervision of USAID IUWASH PLUS Central Java
Region, and supported and coordinated with Urban Water Supply Specialist and GIS
National team.
4. Outcome
During three (6) months of the implementation of the spatial database development assistance, GIS
facilitator is given targets below :
 PDAM staffs have to finalized a complete – good quality of distribution pipeline spatial data
including their accessories and data attributes as required by network analysis.
 PDAM staffs must be able to carry out pipeline network analysis based on its data attributes to
Support NRW reduction program.
5. Requirement and Specification
This activity will be informed to the public through the internet media and the executor will be selected
through bidding process. Anyone who meets the requirements may submit a proposal to join the
bidding, as for the requirements as follows :
 This GIS mentoring program need one (1) person as a GIS Facilitator, so that the selection
process is opened for individual candidates (not companies)
 GIS Facilitator education background should meet minimum of Sarjana (S1), preferably with
Geo-science but not limited to degree from natural resource management, forestry, geography,
planology or civil engineering
 GIS Facilitator has some experiences using GIS for analysis and mapping for at least 5 years or 2
years of developing GIS Projects
 GIS Facilitator has some skills in interpreting satellite imagery and/ or aerial photos for map
production
 GIS Facilitator has some experiences in facilitation on the development of water distribution
pipeline network
 Prospective Facilitator must submit a complete proposal with methodology for the work
implementation, showing similar experiences of carrying out works and cost implementation
 Prospective Facilitator has to mastering GIS technology, especially open source such as QGIS,
and has experience as a facilitator or Trainer
 Fluency in Bahasa Indonesia, some knowledge of English is helpful
6. Period of Performance
The contract for the invited GIS Facilitator will be for the period of 6 months starting from January 02
2019 – June 03, 2019
7. Reporting and Deliverable Schedules
GIS Facilitator is required to submit reports directly to the IUWASH PLUS Central Java Regional Team
and will receive guidance on administrative matters. The Process Report Preparation should coordinate

Page 12 of 21
RFP No. REQ-CJR-18-0177

with PDAM team and be supervised with Urban Water Supply Specialist in coordination with the GIS
National Team.
GIS facilitator have to submit : Inception report and work plan, Interim progress report, and completion
of Final Report which must follow the delivery time scheduled as follows:
o Inception report and work plan should be submitted two (2) weeks of after Date of
Signing Contract, with minimum 5 set of reports to be delivered.
o Interim report should be submitted at first week of second month, with minimum 5 set
of reports to be delivered.
o Draft Final report should be submitted at first week of fourth month, with minimum 5
set of reports to be delivered.
o Draft Final report should be submitted at second week of fifth month, with minimum 5
set of reports to be delivered.
o Final report progress should be submitted at the end of sixth month, with minimum 5
set of reports to be delivered. The final report should be submitted in digital format, if
once final report is being approved then copy of spatial data must be transferred into
Flashdisk

Deliverables Contents Due date


No
Inception Report/ Week-2 at
1  Detail of Workplan
Workplan Month -1
 All planning activities related month-1 and
Week-1 at
2 Interim Report planning for Month-2 including proposed
Month-2
training and training modul for Month-2
 Report including :
- Presentation of progress to date the
development of spatial information of
Week-1 at
3 Midterm Report pipeline networks.
Month-4
- Presentation of progress to date the
spatial information on distribution
patterns of PDAM customers.
 Report including :
- Presentation of progress to date the
development of spatial information of
pipeline networks.
- Presentation of progress to date the
Week-2 at
4 Draft Final Report spatial information on distribution
Month-5
patterns of PDAM customers.
- Report on the Training implementation,
including moduls development.
- Follow up plans for PDAM which needs
to be implemented.
The end of
5 Final Report  Refinement of the final report
Month-6

Page 13 of 21
RFP No. REQ-CJR-18-0177

8. Budget
The budget for this activity is Rp 75.000.000 . Payment of GIS Facilitator honorarium as a companion of
this spatial water supply development will be based on the achievement of the implementation as above
schedule
9. Evaluation Component
All proposals received from bidders will be assessed by the evaluator team. In order to be assessed by
the evaluator team, each proposal should have contents such as methodology, portfolios and previous
experiences which packed in a complete resume. Factors that influence proposal assessment are the
methodology, work experiences and cost implementation where the total value of these factors is 100
as described below :
• Methodology (40 points);
• Qualification and Experience for this program (60 points);
The proposal document should be clearly labeled, including the name of participant bidders, phone
number and email address and submitted in digital format using email.

Page 14 of 21
RFP No. REQ-CJR-18-0177

10.2 Attachment B: Proposal Cover Letter


[Letterhead]

<Insert date>

TO: Click here to enter text.


Development Alternatives, Inc.

I, the undersigned, provide the attached proposal in accordance with RFP-REQ-CJR-


18-0177 “Service Provider for GIS Mentoring Program Development of
Spatial Data of Pipeline Networks to Support NRW Program PDAM Kab.
Magelang and PDAM Kab. Sukoharjo
My attached proposal is for the total price of <Sum in Words ($0.00 Sum in Figures) >.
I certify a validity period of Click here to enter text. Days for the prices provided in the
attached Price Schedule/Bill of Quantities. My proposal shall be binding upon my subject to the
modifications resulting from any discussions.

I understand that DAI is not bound to accept any proposal it receives.


Yours sincerely,

Authorized Signature:
Name and Title of Signatory:
Address:
Telephone:
Email:

Page 15 of 21
RFP No. REQ-CJR-18-0177

10.3 Attachment C: Price Schedule

No Deliverables Contents Due date Payment


Inception Report/ Week-2 at
1  Detail of Workplan 10%
Workplan Month -1
 All planning activities related month-1
and planning for Month-2 including Week-1 at
2 Interim Report 15 %
proposed training and training modul for Month-2
Month-2
 Report including :
- Presentation of progress to date the
development of spatial information of
Week-1 at
3 Midterm Report pipeline networks. 25%
Month-4
- Presentation of progress to date the
spatial information on distribution
patterns of PDAM customers.
 Report including :
- Presentation of progress to date the
development of spatial information of
pipeline networks.
- Presentation of progress to date the
spatial information on distribution Week-2 at
4 Draft Final Report 25%
patterns of PDAM customers. Month-5
- Report on the Training
implementation, including moduls
development.
- Follow up plans for PDAM which
needs to be implemented.
The end of
5 Final Report  Refinement of the final report 25%
Month-6

Page 16 of 21
RFP No. REQ-CJR-18-0177

10.4 Attachment D: Instructions for Obtaining a DUNS Number - DAI’S Vendors,


Subcontractors (as attached)

10.5 Attachment E: Self Certification for Exemption from DUNS Requirement


(as attached)

Page 17 of 21
RFP No. REQ-CJR-18-0177

10.6 Attachment F: Past Performance Form


Include projects that best illustrate your work experience relevant to this RFP, sorted by decreasing order of completion date.
Projects should have been undertaken in the past three years. Projects undertaken in the past six years may be taken into consideration at the
discretion of the evaluation committee.
# Project Description of Location Client Cost in Start-End Complete Completion Type of
Title Activities US$ d on Letter Agreement,
Province/ Name/Tel Dates
schedule Received? Subcontract,
No
District Grant, PO
(Yes/No) (Yes/No)
(fixed price,
cost
reimbursable)

Page 18 of 21
RFP No. REQ-CJR-18-0177

10.7 Attachment G: Representations and Certifications of Compliance

1. Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or
determined ineligible for an award of a contract by any Federal agency.

2. Executive Compensation Certification- FAR 52.204-10 requires DAI, as prime contractor of


U.S. federal government contracts, to report compensation levels of the five most highly
compensated subcontractor executives to the Federal Funding Accountability and Transparency
Act Sub-Award Report System (FSRS)

3. Executive Order on Terrorism Financing- 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/Recipient to ensure compliance with these Executive Orders and laws. Recipients
may not engage with, or provide resources or support to, individuals and organizations
associated with terrorism. No support or resources may be provided to individuals or entities
that appear on the Specially Designated Nationals and Blocked persons List maintained by the
US Treasury (online at www.SAM.gov) or the United Nations Security Designation List (online
at: http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml). This provision must be
included in all subcontracts/sub awards issued under this Contract.

4. Trafficking of Persons – The Contractor may not traffic in persons (as defined in the Protocol to
Prevent, Suppress, and Punish Trafficking of persons, especially Women and Children,
supplementing the UN Convention against Transnational Organized Crime), procure
commercial sex, and use forced labor during the period of this award.

5. Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions – The
Bidder certifies that it currently is and will remain in compliance with FAR 52.203-11,
Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions.

6. Organizational Conflict of Interest – The Bidder certifies that will comply FAR Part 9.5,
Organizational Conflict of Interest. The Bidder certifies that is not aware of any information
bearing on the existence of any potential organizational conflict of interest. The Bidder further
certifies that if the Bidder becomes aware of information bearing on whether a potential conflict
may exist, that Bidder shall immediately provide DAII with a disclosure statement describing this
information.

7. Prohibition of Segregated Facilities - The Bidder certifies that it is compliant with FAR 52.222-
21, Prohibition of Segregated Facilities.

8. Equal Opportunity – The Bidder certifies that it does not discriminate against any employee or
applicant for employment because of age, sex, religion, handicap, race, creed, color or national
origin.

9. Labor Laws – The Bidder certifies that it is in compliance with all labor laws.

10. Federal Acquisition Regulation (FAR) – The Bidder certifies that it is familiar with the Federal
Acquisition Regulation (FAR) and is in not in violation of any certifications required in the
applicable clauses of the FAR, including but not limited to certifications regarding lobbying,

Page 19 of 21
RFP No. REQ-CJR-18-0177

kickbacks, equal employment opportunity, affirmation action, and payments to influence Federal
transactions.

11. Employee Compliance – The Bidder warrants that it will require all employees, entities and
individuals providing services in connection with the performance of a DAI Purchase Order to
comply with the provisions of the resulting Purchase Order and with all Federal, State, and local
laws and regulations in connection with the work associated therein.

By submitting a proposal, offerors agree to fully comply with the terms and conditions above and all
applicable U.S. federal government clauses included herein, and will be asked to sign these
Representations and Certifications upon award.

Page 20 of 21
RFP No. REQ-CJR-18-0177

10.8 Attachment H: Proposal Checklist

Offeror:
__________________________________________________________________________
Have you?
Submitted your proposal to DAI in a sealed envelope to the address (electronic or mailing) as
specified in General Instructions above?
Does your proposal include the following?
Signed Cover Letter (use template in Attachment B)
Separate Technical and Cost proposals individually sent and mentioned as Volume I and Volume
II respectfully.
Proposal of the Product or Service that meets the technical requirements as per Attachment A
Response to each of the evaluation criteria
Documents use to determine Responsibility
Evidence of a DUNS Number OR Self Certification for Exemption from DUNS Requirement
Past Performance (use template in Attachment F)

Page 21 of 21

You might also like