Request for Proposal (RFP) No. RFP-JTAP-026- Learning Assessment Consultant – USAID/TAP

To: Offerors
From: Creative Associates International, Inc.
Subject: Request for Proposal (RFP) No. RFP-JTAP-026- Learning Assessment Consultant
Type of Award: Blanket Consultancy Agreement
Basis of Award: Best Value
RFP Issue Date: 21/5/2023
RFP Closing Date: 5/6/2023
RFP Closing Time: 4:00 PM – Local Time, Amman, Jordan
Reference: USAID Contract No. 72027821C00005

Enclosed is a Request for Proposal (RFP). Creative invites Individuals to submit a proposal for the Jordan- Technical Assistance Program (TAP) under the referenced USAID 72027821C00005, After the evaluation, as described herein, resulting in selecting a winning proposal, the issuance of an award is subject to successful negotiation of the terms and conditions and receiving USAID’s Contracting Officer consent, if required.

The requirements for this activity are described in the “Statement of Work” in Attachment I. Creative encourages your individual to indicate its interest in this procurement by submitting a proposal according to the instructions in Attachment II “Instructions to Offerors”. Proposals will be evaluated based on the “Evaluation Criteria” in Attachment III. Creative will make an award to the responsible Offeror(s) submitting an offer which provides best value to the project: technical merit and price will be both considered.

To be considered, Offerors should submit a complete proposal no later than the closing date and time indicated above. Offerors should ensure that the proposals are well-written in English, easy to read, follow the instructions provided and contain only requested information.

Any questions should be submitted via email to TapProcurement@crea-jtap.com no later than May 23. 2023No questions will be entertained if they are received by means other than the specified email address, and any communications to alternate e-mail addresses will result in the disqualification of the bidder. The solicitation number (listed above) should be stated in the subject line. Answers will be compiled and distributed on May 24. 2023.

Proposals must be comprised of one electronic copy of the Technical Proposal and one electronic copy of the Cost/Business proposal, sent in separate e-mails, and labeled with the above-stated RFP number and title. Submissions shall be delivered to:

Creative Operations Department
TapProcurement@crea-jtap.com

Sincerely,
Creative Procurement Department

Attachments:
Attachment I : Statement of Work Attachment IV : Proposal Cover Letter
Attachment II : Instructions to Offerors Attachment V : Compliance Certification
Attachment III : Evaluation Criteria Attachment VI : Creative Terms and Conditions

ATTACHMENT I: STATEMENT OF WORK
Learning Assessment Consultant

1. PURPOSE
The overall objective of this position “Learning Assessment Consultant” is to Collaborate with TAP in managing the work of the Item Banking(IB) firm, with the main goal to support MoE and NCCD in utilizing an item banking system to improve the efficiency and quality of educational assessment processes including, but not limited to, test development, administration, scoring, data management, reporting, and other processes as defined in the SOW for the IB firm.

2. BACKGROUND
The Technical Assistance Program (TAP), funded by the U.S. Agency for International Development (USAID), is a five-year education and youth project that seeks to transform the organizational culture and improve the abilities within the Ministry of Education and the Ministry of Youth to ensure officials can implement desired reforms. Creative and its partners will provide technical assistance in the development, roll-out, and tracking of policies and procedures to incorporate international best practices for public education and youth programming. Among the many activities in the Jordan Technical Assistance Program, it will support curriculum development, promote inclusive learning techniques, improve the skills of teachers and school managers, and other tangible activities that ultimately support changing the organizational culture within the two ministries and relevant agencies. The program will further support Jordan’s outreach and behavioral change communications initiatives that are aimed at creating a culture of reading, the inclusion of vulnerable children, and increased youth engagement.

3. STATEMENT OF WORK
The primary aim of this consultancy is to collaborate closely with the TAP and the Item Banking (IB) firm in order to support the Ministry of Education (MoE) and the National Center for Curriculum Development (NCCD) in implementing and utilizing an item banking system. This system will be primarily used for development of online and paper-based educational assessments, and additional functionality of the system, such as online test administration, marking, data management, and score reporting.

Primary Role and Responsibilities:
Collaborate with TAP in managing the work of the IB firm, with the main goal to support MoE and NCCD in utilizing an item banking system to improve the efficiency and quality of educational assessment processes including, but not limited to, test development, administration, scoring, data management, reporting, and other processes as defined in the SOW for the IB firm.

Technical Assistance
• Oversee the implementation and customization processes of the IB system, management of test development process, including:
o assigning user roles in the IB system and tracking their performance
o importing assessment frameworks and blueprints,
o item writing, acquisition, and content reviews,
o assembly of pilot test forms,
o pilot administration and item analysis,
o creation of item cards, item-data reviews, and assembly of operational test forms.
o production and administration of online assessments.
• Oversee and support capacity building programs for MoE and NCCD staff on IB system deployment and operation.
• Oversee and support capacity building of the relevant MoE and NCCD staff to utilize IB system for diagnostic assessments, formative assessments to support regular and remedial learning, national assessments, for High School exit Exam (Tawjihi), and for any other assessments as needed.
• Support TAP and the IB firm in conducting situational analyses to assess MoE and NCCD institutional capacity and needs to operationalize the IB system.
• Oversee and support organization of the study tour for MoE and NCCD item bank team composed of various user types (item writer, item reviewer, test development manager, item bank manager).
• Support TAP to design scope of work for next phases of operationalizing IB system.
• Support TAP and IB firm in building capacity of the MoE’s Examination and Testing Department for benchmark and target setting workshops utilizing IB system.
• Oversee and support the development, administration, analysis, and reporting of the diagnostic assessments.

Coordination and Reporting:
• Liaise between the MoE, NCCD, TAP, and IB firm to monitor the progress of IB system implementation and customization as per the firm contract.
• Facilitate consultations, meetings, and reporting between MoE, NCCD, TAP, and IB firm.
• Conduct field visits as needed to ensure proper implementation of IB system.
• Provide regular briefs and updates to the TAP team and relevant staff at the Ministry.
• Produce high-quality reports and presentations for various audiences.

Required Qualifications:
• Master’s degree in development studies, education, social sciences, evaluation science, business or public administration, or related field.
• A minimum of 10 years of general work experience and four (5) years of specific experience related to the position is required, more specifically:
o Experience in test development, management of assessment data, and using item banking system for development of educational assessments.
o Experience in psychometrics including both classical test theory (CTT) and item response theory (IRT).
o Experience in working within the education sector in Jordan and/or other countries in the MENA Region.
o Sound experience with educational technology applications such as learning management systems, computer-based instruction, computer-based testing, and educational dashboards.
o Sound experience in assessment data analysis, preferably using statistical software such as SPSS.
o Basic experience in use of data to improve student learning (e.g., assessment informed instruction, teaching to the right level).
• Excellent communication, negotiation, and writing skills.
• Fluency in English and Arabic (spoken and written).

4. ESTIMATED PERIOD OF PERFORMANCE and LEVEL OF EFFORT (LOE)
ESTIMATED PERIOD OF PERFORMANCE:
 June 2023 to May 2024.
ESTIMATED LEVEL OF EFFORT (LOE): 120 Days

5. Key Working Relationships:
The incumbent of position will closely collaborate with Creative’s Senior Technical Advisor for MEL and TAP’s Learning Assessment expert, whereas administratively and technically he/she will report to TAP’s MEL Director.

6. PLACE OF PERFORMANCE: Amman – Jordan

7. RESULTS AND/OR DELIVERABLE/MILESTONE SCHEDULE – TOTAL LOEs 120

Task #1- Coordinate with relevant stakeholders to finalize the work plan for the IB firm, including a clearly defined schedule for the capacity-building program.
Deliverable: Comprehensive work plan and training schedule for the IB firm.
LOE : 8
Estimated Timeline: Within the first month of the IB firm contract initiation

Task #2 – Oversee and support proper implementation and customization of the IB system.
Deliverable: Monthly reports on tracking the IB firm’s progress in implementing and customizing the IB system
LOE : 35
Estimated Timeline: Within 2 months from the start of the IB firm contract

Task #3 – Assist the IB firm in assembling system manuals for development of all types of the assessments.
Deliverable: Monthly report on IB firm’s progress on developing system manuals.
LOE : 15
Estimated Timeline: Within 5 working days of the preceding month reporting period

Task #4 – Support IB firm in designing training materials, including a trainer guide, trainee guide, PowerPoint presentations, and handouts for all training topics.
Deliverable: Monthly progress report on IB firm’s development of training materials.
LOE : 15
Estimated Timeline: Within 5 working days of the preceding month reporting period

Task #5 – Assist TAP and IB firm in conducting situational analyses to assess the institutional capacity and needs of the MoE and NCCD to utilize the IB system.
Deliverable: Monthly report on progress in conducting the situational analysis.
LOE : 12
Estimated Timeline: Within 5 working days of the preceding month reporting period

Task #6 – Support organizing a study tour for the MoE and NCCD test development teams.
Deliverable: Study tour report with the log of activities.
LOE : 22
Estimated Timeline: Within 6 months from the start of the IB firm contract

Task #7- Support TAP in designing a scope of work for the IB firm next phases of implementing the IB system.
Deliverable: Terms of Reference/ Scope of work for the IB firm phase 2.
LOE : 7
Estimated Timeline: Within 3 to 4 months from the start of the IB firm contract

Task #8 – Perform other tasks as necessary based on emerging needs.
Deliverable: When and if requested
LOE : 6
Estimated Timeline: When and if requested

Level of Effort/Working Days subject to increase or decrease as per programs demands.

How to apply

Attachment II
INSTRUCTIONS TO OFFERORS

A. General Instructions
These Instructions to Offerors will not form part of the offer or of the Agreement. They are intended solely to aid Offerors in the preparation of their proposals. Read and follow these instructions carefully.

  1. The proposal and all corresponding documents related to the proposal must be written in the English language, unless otherwise explicitly allowed. Additionally, all proposals should be single-spaced with clear section headings, and be presented in the order specified in Attachment III – Evaluation Criteria.
  2. Proposals must include only the Offeror’s own work. No text should be copied from sources outside of your organization, unless those sources are adequately cited and credited. If Creative determines that any part of the proposal is plagiarized from outside sources, the Offeror will be automatically disqualified.
  3. Proposals and all cost and price figures must be presented in local currency or USD. All prices should be gross of tax.
  4. The Offeror must state in their Proposal the validity period of their offer. The minimum offer acceptance period for this RFP is 90 days after closing date of the RFP. If an Offeror has provided a validity period of less than 90 days, they will be asked to revise this. If the Offeror does not extend the validity period, their proposal will be rejected. Creative reserves the right not to make an award.
  5. The Technical Proposal and Cost Proposal must be kept separate from each other. Technical Proposals must not make reference to cost or pricing information at any point. This will enable in order the technical evaluation to be made strictly on the basis of technical merit.
  6. No costs incurred by the Offerors in preparing and submitting the proposal are reimbursable by Creative. All such costs will be at the Offeror’s expense.
  7. Responsibility Determination: Award shall only be made to “responsive” vendors. To enable Creative to make this determination, the Offeror must provide a cover letter, as provided in Attachment IV.
  8. Late Offers: Offerors are wholly responsible for ensuring that their Offers are received in accordance with the instructions stated herein. A late Offer will be recommended for rejection, even if it was late as a result of circumstances beyond the Offeror’s control. Late offers will only be considered at Creative’s Procurement Department’s discretion.
  9. Modification/Withdrawal of Offers: Offerors have the right to withdraw, modify or correct their offer after it has been delivered to Creative at the address stated above, and provided that the request is made before the RFP closing date.
  10. Disposition of Proposals: Proposals submitted in response to this RFP will not be returned. Reasonable effort will be made to ensure confidentiality of proposals received from all Offerors. This RFP does not seek information of a highly proprietary nature, but if such information is included in the Offeror’s proposal, the Offeror must alert Creative and must annotate the material by marking it “Confidential and Proprietary” so that these sections can be treated appropriately.
  11. Clarifications and Amendments to the RFP: Any questions regarding this solicitation must be emailed to TapProcurement@crea-jtap.com. No questions/clarifications will be entertained if they are received by another means. The solicitation number should be stated in the subject. Responses will be complied and emailed to the requesting potential Offeror, and will be sent to all offerors that requested this RFP, or re-posted publicly if offered as a full and open competition.
  12. Creative anticipates that discussions with Offerors will be conducted; however, Creative reserves the right to make an award without discussions. It is strongly recommended that Offerors present their best offer.

Failure to agree and comply with any of the above specifications will result in the Offeror being considered unresponsive and the proposal may be rejected.

B. Submission of Proposal:
Proposals must be submitted in two separate e-mails:
• E-mail 1 – Technical Proposal
• E-mail 2 – Cost proposal
• Each e-mail should be clearly labeled with the RFP number and project title.
• Proposals must be delivered no later than the specified date/time.

Offerors who do not submit their technical and cost proposals separately may be automatically disqualified.

C. Content of Proposal:
The proposal shall be comprised of Three sections:
i. The Cover Letter (Attachment IV)
ii. The Technical Proposal
iii. The Cost/Business Proposal

1) The Cover Letter: should be on the Offeror’s letterhead and MUST contain the information requested in Attachment IV.

2) Technical Proposal:
a. The Technical Proposal is the opportunity for the Offeror to demonstrate that the Individual is “technically capable” of implementing the activity and should demonstrate the Offeror’s understanding of and capabilities to carry out the work, and address the key issues described in the Evaluation Criteria in Attachment III.
b. The Technical Proposal should be divided into clearly separate sections following the same order of the Evaluation Criteria in Attachment III. A mis-ordered proposal that makes information hard to find will result in lower scores.
c. If an Offeror submits a proposal that fails to respond to the majority of the information requested in this RFP, as outlined specifically in the statement of work and the evaluation criteria, the Offeror’s proposal will be automatically disqualified.

3) The Cost Proposal: must be submitted separately from the technical proposal and will primarily indicate the cost for performing the work, Daily rate subject to 5% income tax deduction.

Failure to comply with any of the above points will result in the Offeror being considered “unresponsive” and the proposal may be rejected.

If an Offeror provides insufficient information in their technical and/or cost proposal, Creative reserves the right to request additional information, or to request a revised proposal from the
Offeror, if necessary.

Creative reserves the right to make no award, or multiple awards, under this RFP.

Attachment III

EVALUATION CRITERIA

A. BASIS OF AWARD:

1. A Creative will evaluate proposals on a best value basis, in accordance with the Federal Acquisition Regulations (FAR) Subpart 15.1 – Source Selection Processes and Techniques. In all solicitations, Creative will consider and conduct an evaluation on the basis of both technical and cost submissions. The relative importance of these two factors places technically above cost. In rare cases, Creative may also award to an offeror other than the highest technically rated Offeror or the lowest price Offeror, in accordance with FAR 15.101-1.

2. The award will be made to the Offeror whose offer presents the Best Value which is the optimal combination of technical merits and reasonable cost and does not exceed the internal budget established for this effort. Proposals will be scored on technical factors first. Only the Cost/Business proposals of those offers that surpass the minimum qualifying score of 70 points in the technical evaluation will have their Cost Proposal reviewed. Those that do not reach this qualifying score in the Technical Evaluation will be considered non-competitive and their Cost/Business proposals will not be considered.

B. EVALUATION CRITERIA

1. Technical Competence – presented in the Technical Proposal (70 points)

The award will be given to the person who achieves the highest score within the following competitive criteria.

A. Technical Proposal: (45 marks)

B. Qualifications and education: (30 marks)

C. Past Performance (25 Marks)

Total Points 100 Points

As described in table below: The evaluation will be done according to the criteria shown in the table:

Item#1 : Technical Proposal – Points Available 45 points
Requirement:
• Applicants are required to submit a concise technical proposal, outlining their approach for ensuring the proper installation and operationalization of item banks. The proposal should include examples of challenges faced in previous experiences, along with lessons learned. Additionally, demonstrate your engagement style with different stakeholders. The proposal should not exceed four pages in length.

Item#2: Qualifications and Education – Points Available 30 points
Requirement:
Education
• Master’s degree in development studies, education, social sciences, evaluation science, business or public administration, or related field.
Work Experience
• A minimum of 10 years of general work experience and four (5) years of specific experience related to the position is required, more specifically:
o Experience in test development, management of assessment data, and using item banking system for development of educational assessments.
o Experience in psychometrics including both classical test theory (CTT) and item response theory (IRT).
o Experience in working within the education sector in Jordan and/or other countries in the MENA Region.
o Sound experience with educational technology applications such as learning management systems, computer-based instruction, computer-based testing, and educational dashboards.
o Sound experience in assessment data analysis, preferably using statistical software such as SPSS.
o Basic experience in use of data to improve student learning (e.g., assessment informed instruction, teaching to the right level).

Item#3 : Past Performance – Points Available 25 points
Document and summarize your proven track record of successfully implementing similar activities to include a description of similar services provided in the past and any lessons learned that will be incorporated into the activity described in this RFP. Offerors with past performance with similar projects, in the same geographic area and/or of similar scale to the activity described in this RFP will be scored more favorably than offerors that do not meet these criteria.

If an Offeror submits a proposal that fails to respond to the majority of the information requested in this RFP, as outlined specifically in the statement of work and the evaluation criteria, the Offeror’s proposal will be automatically disqualified.

B. Past Performance and Experience

(a) Activity Title
(b)Location(s) of activity
(c)Synopsis of the activity and its relevance to this RFP
(d)Performance period (date, duration and if completed on schedule)
(e) Prime or Subcontractor?
(f)Amount for the activity
(g)Name & Contact Info (E-mail and phone) of client

1

2

3

2. Cost Reasonableness & Financial Capability – presented in Cost Proposal. Not Scored.

Submit fully burdened rates for each category, including illustrative consultant rates Creative’s review of the Cost Proposal shall determine if the overall costs proposed are realistic for the work to be performed, reflect a correct understanding of the project requirements, and are consistent with the Offeror’s Technical Proposal. Creative will also review individual line items and determine if they are allowable, allocable, and reasonable.

If an Offeror submits a proposal that fails to respond to the majority of the information requested in this RFP, as outlined specifically in the statement of work and the evaluation criteria, the Offeror’s proposal will be automatically disqualified.

Creative reserves the right to request additional supporting documentation or a revised proposal from an Offeror if insufficient information has been provided in the Offeror’s technical and/or cost proposal. If the requested information is not provided, Creative has the right to disqualify the firm from further consideration.

ATTACHMENT IV

FORMAT FOR PROPOSAL COVER LETTER

City, Country

To: Creative Procurement Team

Dear Sir / Madam:

We, the undersigned, offer to undertake the [Insert RFP No][Insert project title], in accordance with your Request for Proposal dated [Insert MM/DD/YYYY] and our Technical and Cost/Business Proposal submitted herein.

Offeror personal details are as follows:

  1. Offeror’s Name
  2. Offeror’s Address
  3. Telephone #/Cellular Phone #, Email address:
  4. Copy of the offeror ID

Our proposal shall be binding upon us, subject to any modifications resulting from negotiation, up to expiration of the validity period of the proposal. We understand you are not bound to accept this or any Proposal you receive.

The Offeror also certify that:

  1. is able to comply with the described delivery or performance schedule, taking into consideration all existing commitments and constraints;
  2. has a satisfactory performance record;
  3. has a satisfactory record of integrity and business ethics;
  4. has the necessary technical capacity,
  5. otherwise qualified and eligible to receive an award under applicable laws and regulations.

Sincerely,

Authorized Signature:

Name and Title of Signatory:

Date:



Leave a Reply