Job Description
REQUEST FOR QUOTATIONS (RFQ)
RFQ Number: GHSC-PSM-SL-2026-02
Issuance Date: February 19, 2026
Deadline for Quotes: March 5, 2026
Description: Legal Services
For: Global Health and Supply Chain-Procurement and Supply Management (GHSC-PSM) in Sierra Leone
Funded By: U.S. Government (USG) (originally and formerly USAID), Prime Contract No. AID-OAA-I-15-00004/ Task Order No. AID-OAA-TO-15-
00009
Implemented By: Chemonics International Inc.
Point of Contact: psmsierraleone_procurement@ghsc-psm.org
***** ETHICAL AND BUSINESS CONDUCT REQUIREMENTS *****
Chemonics is committed to integrity in procurement, and only selects suppliers based on objective business criteria such as price and technical merit. Chemonics expects suppliers to comply with our Standards of Business Conduct, available at https://www.chemonics.com/our-approach/standards-business-conduct/.
Chemonics does not tolerate fraud, collusion among offerors, falsified proposals/bids, bribery, or kickbacks. Any firm or individual violating these standards will be disqualified from this procurement, barred from future procurement opportunities, and may be reported to both US Government and the Office of the Inspector General.
Employees and agents of Chemonics are strictly prohibited from asking for or accepting any money, fee, commission, credit, gift, gratuity, object of value or compensation from current or potential vendors or suppliers in exchange for or as a reward for business. Employees and agents engaging in this conduct are subject to termination and will be reported to USG and the Office of the Inspector General. In addition, Chemonics will inform USG and the Office of the Inspector General of any supplier offers of money, fee, commission, credit, gift, gratuity, object of value, or compensation to obtain business.
Offerors responding to this RFQ must include the following as part of the proposal submission: • Disclose any close, familial, or financial relationships with Chemonics or project staff. For example, if an offeror’s cousin is employed by the project, the offeror must state this.
- Disclose any family or financial relationship with other offerors submitting proposals. For example, if the offeror’s father owns a company that is submitting another proposal, the offeror must state this.
- Certify that the prices in the offer have been arrived at independently, without any consultation, communication, or agreement with any other offeror or competitor for the purpose of restricting competition.
- Certify that all information in the proposal and all supporting documentation are authentic and accurate. • Certify understanding and agreement to Chemonics’ prohibitions against fraud, bribery and kickbacks.
Please contact Marie Kolipha-Kamara (mkolipha-kamara@ghsc-psm.org) with any questions or concerns regarding the above information or to report any potential violations. Potential violations may also be reported directly to BusinessConduct@chemonics.com or by phone/Skype at 888.955.6881.
RFQ No. PSM-SL-2026-02
Page 1 of 10
GlobalQMS ID: (Old ID: 10844) 612.7, 2 August 2024
Section 1: Instructions to Offerors
- Introduction: The Global Health Supply Chain-Procurement and Supply Management (GHSC PSM) Project is a US Government (originally issued and formerly administered by USAID) program implemented by Chemonics International in Sierra Leone. The goal of the GHSC-PSM project is to provide supply chain management and technical assistance to ensure uninterrupted supplies of health commodities in support of USG-funded public health initiatives around the world. As part of project activities, the GHSC-PSM project requires the purchase of the provision of legal services to help guide the project through legal issues Chemonics may encounter in Sierra Leone. The purpose of this RFQ is to solicit quotations for these services.
Offerors are responsible for ensuring that their offers are received by Chemonics in accordance with the instructions, terms, and conditions described in this RFQ. Failure to adhere with instructions described in this RFQ may lead to disqualification of an offer from consideration.
- Offer Deadline and Protocol: Offers must be received no later than 5:00 PM local Freetown time on March 5, 2026 by email. Any emailed offers must be emailed to
psmsierraleone_procurement@ghsc-psm.org.
Please reference the RFQ number in any response to this RFQ. Offers received after the specified time and date will be considered late and will be considered only at the discretion of Chemonics.
- Questions: Questions regarding the technical or administrative requirements of this RFQ may be submitted no later than 5:00PM local Freetown time on February 25, 2026 by email to psmsierraleone_procurement@ghsc-psm.org. Questions must be submitted in writing; phone calls will not be accepted. Questions and requests for clarification—and the responses thereto—that Chemonics believes may be of interest to other offerors will be circulated to all RFQ recipients who have indicated an interest in bidding.
Only the written answers issued by Chemonics will be considered official and carry weight in the RFQ process and subsequent evaluation. Any verbal information received from employees of Chemonics or any other entity should not be considered as an official response to any questions regarding this RFQ.
- Scope of Work: Section 3 contains the Scope of Work for the required services.
- Quotations: Quotations in response to this RFQ must be priced on a fixed-price, all-inclusive basis. Prices must be presented in Sierra Leone leones. Prices must be inclusive of all costs (including worker’s compensation insurance mandated by U.S. Defense Base Act (DBA insurance). Offers must remain valid for not less than thirty (30) calendar days after the offer deadline. Offerors are requested to provide quotations on their official quotation format or letterhead; in the event this is not possible, offerors may complete the table in Section 3.
In addition, offerors responding to this RFQ are requested to submit the following: • Organizations responding to this RFQ are requested to submit a copy of their official registration or business license.
- Individuals responding to this RFQ are requested to submit a copy of their identification card.
- Company/individual’ profile or 2-3 pages introduction to company/individual’s areas of expertise and practice, and description of the team and main clients
- A minimum of three (3) references (with name and contact information) indicating the relevant services carried out in the last three (3) years that best illustrate
organization/individual’s qualifications and past performance. References from USRFQ No. PSM-SL-2026-02
Page 2 of 10
GlobalQMS ID: (Old ID: 10844) 612.7, 2 August 2024
Government or similar donor-funded projects are preferred. Independent verification of the references may be carried out. Chemonics reserves the right to obtain past performance information from sources other than those identified by the offeror; • Narrative description of past performance for similar services;
The price quotation must be submitted separately from above documents. All other parts of this quotation must not make reference to pricing data in order that the technical evaluation may be made strictly on the basis of technical merit.
- Delivery: As part of its response to this RFQ, each offeror is expected to provide an estimate (in calendar days) of the delivery timeframe (after receipt of order). The delivery estimate presented in an offer in response to this RFQ must be upheld in the performance of any resulting contract
- Source and Authorized Geographic Code:
- a) All services offered in response to this RFQ or supplied under any resulting award must meet US Government Geographic Code 935 in accordance with the United States Code of Federal Regulations (CFR), 22 CFR §228. The cooperating country for this RFQ is Sierra Leone.
Offerors may not offer or supply services or any commodities that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Cuba, Iran, North Korea, Syria.
Any and all items that are made by Huawei Technology Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Dahua Technology Company will not be accepted. If quotes include items from these entities please note that they will be deemed not technically responsive and excluded from competition.
- b) Taxes and VAT: The agreement under which this procurement is financed is not exempt from the payment of taxes, VAT, tariffs, duties, or other levies imposed by any laws in effect in the Cooperating Country. Therefore, offerors must include taxes, VAT, charges, tariffs, duties and levies in accordance with the laws of the Cooperating Country.
- c) UEI Number: Companies or organizations, whether for-profit or non-profit, shall be requested to provide a Unique Entity Identifier (UEI) number if selected to receive an award in response to this RFQ valued greater than or equal to USD$30,000 (or equivalent in other currency). If the Offeror does not have a UEI number and is unable to obtain one before the submission deadline, Offeror shall include a statement noting their intention to obtain a UEI number should it be selected as the successful offeror or explaining why registration for a UEI number is not possible. Contact sam.gov to obtain a number. Further guidance on obtaining a UEI number is available from Chemonics upon request.
- d) Eligibility: By submitting an offer in response to this RFQ, the offeror certifies that it and its principal officers are not debarred, suspended, or otherwise considered ineligible for an award by the U.S. Government. Chemonics will not award a contract to any firm that is debarred, suspended, or considered to be ineligible by the U.S. Government.
RFQ No. PSM-SL-2026-02
Page 3 of 10
GlobalQMS ID: (Old ID: 10844) 612.7, 2 August 2024
- e) Evaluation and Basis for Award: The award will be made to a responsible offeror whose offer follows the RFQ instructions, meets the eligibility requirements, and is determined via a trade-off analysis to be the best value based on application of the following evaluation criteria. Points will not be awarded for cost which will be primarily evaluated for realism and reasonableness. For overall evaluation purposes of this RFQ, technical evaluation factors other than cost, when combined, are considered approximately equal to cost factors. If technical scores are determined to be equal or nearly equal, cost will become the determining factor.
The relative importance of each individual criterion is indicated by the number of points below:
- Technical Know How– 40 points: Chemonics will assess whether the proposal explains, understands and responds to the needs of the GHSC-PSM project as stated in the Scope of Work.
- Corporate Capabilities: 30 points: Chemonics will evaluate whether the company’s legal specialties and services and individual areas of expertise and practice are relevant to the GHSC-PSM project Scope of Work.
- Past Performance – 30 points: Offerors must include three past performance references of similar work (under contracts or subcontracts) previously implemented as well as contact information for the companies for which such work was completed. Contact
information must include at a minimum: name of point of contact who can speak to the offeror’s performance, name and address of the company for which the work was performed, and email and phone number of the point of contact. Chemonics will assess the past performance of the Offerors by contacting three references who may indicate the Offeror’s past performance for projects of similar size and scope.
Please note that if there are significant deficiencies regarding responsiveness to the requirements of this RFQ, an offer may be deemed “non-responsive” and thereby disqualified from consideration. Chemonics reserves the right to waive immaterial deficiencies at its discretion.
Best-offer quotations are requested. It is anticipated that award will be made solely on the basis of these original quotations. However, Chemonics reserves the right to conduct any of the following:
- Chemonics may conduct negotiations with and/or request clarifications from any offeror prior to award.
- While preference will be given to offerors who can address the full technical requirements of this RFQ, Chemonics may issue a partial award or split the award among various Vendors, if in the best interest of the GHSC-PSM Project.
- Chemonics may cancel this RFQ at any time.
- Chemonics may reject any and all offers, if such action is considered to be in the best interest of Chemonics.
Please note that in submitting a response to this RFQ, the offeror understands that USG is not a party to this solicitation and the offeror agrees that any protest hereunder must be presented—in writing with full explanations—to the GHSC-PSM Project for consideration, as USG will not consider protests regarding procurements carried out by implementing partners. Chemonics, at its sole discretion, will make a final decision on the protest for this procurement.
RFQ No. PSM-SL-2026-02
Page 4 of 10
GlobalQMS ID: (Old ID: 10844) 612.7, 2 August 2024
- f) Terms and Conditions: This is a Request for Quotations only. Issuance of this RFQ does not in any way obligate Chemonics, the GHSC-PSM Project, or USG to make an award or pay for costs incurred by potential offerors in the preparation and submission of an offer.
This solicitation is subject to Chemonics’ standard terms and conditions. Any resultant award will be governed by these terms and conditions; a copy of the full terms and conditions is available upon request. Please note the following terms and conditions will apply:
(a) Chemonics’ standard payment terms are net 30 days after receipt and acceptance of any commodities or deliverables. Payment will only be issued to the entity submitting the offer in response to this RFQ and identified in the resulting award; payment will not be issued to a third party.
(b) Any award resulting from this RFQ will be an hourly rate agreement, in the form of a legal services agreement.
(c) No services or commodities may be supplied that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Cuba, Iran, North Korea, Syria.
(d) Any international air or ocean transportation or shipping carried out under any award resulting from this RFQ must take place on U.S.-flag carriers/vessels.
(e) United States law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. The Vendor under any award resulting from this RFQ must ensure compliance with these laws.
- g) DEFENSE BASE ACT (DBA) INSURANCE
- a) FAR 52.228-3 WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT INSURANCE) (Jul 2014) [Updated by AAPD 22-01- 6-10-22]
The Subcontractor shall (a) provide, before commencing performance under this Subcontract, such workers’ compensation or security as the Defense Base Act (DBA) (42 U.S.C. 1651, et seq.) requires and (b) continue to maintain it until performance is completed. The Subcontractor shall insert, in all lower-tier subcontracts authorized by Chemonics under this Subcontract to which the Defense Base Act applies, a clause similar to this clause imposing upon those lower-tier subcontractors this requirement to comply with the Defense Base Act. DBA insurance provides critical protection and limits on liability. The Subcontractor shall provide a proof of DBA insurance coverage to Chemonics upon request. Chemonics will verify coverage for, at least, projects in high risk environments and where Chemonics may be providing security.
(b) AIDAR 752.228-3 WORKERS’ COMPENSATION (DEFENSE BASE ACT) [Updated by AAPD 22-01- 6-10-22] As prescribed in AIDAR 728.308, the following supplemental coverage is to be added to the clause specified in FAR 52.228-3.
(1) The Subcontractor agrees to procure DBA insurance pursuant to the terms of the contract between USG and USG’s DBA insurance carrier unless the Subcontractor has a DBA self insurance program approved by the U.S. Department of Labor or has an approved retrospective rating agreement for DBA.
(2) If US Government or Subcontractor has secured a waiver of DBA coverage (See AIDAR 728.305-70(a)) for Subcontractor’s employees who are not citizens of, residents of, or hired in the United States, the Subcontractor agrees to provide such employees with worker’s compensation benefits as required by the laws of the country in which the employees are working, or by the laws of the employee’s native country, whichever offers greater benefits.
(3) The Subcontractor further agrees to insert in all lower-tier subcontracts hereunder to which the DBA is applicable a clause similar to this clause, including the sentence, imposing on all lower-tier subcontractors authorized by Chemonics a like requirement to provide overseas
RFQ No. PSM-SL-2026-02
Page 5 of 10
GlobalQMS ID: (Old ID: 10844) 612.7, 2 August 2024
workmen’s compensation insurance coverage and obtain DBA coverage under the US Government requirements contract.
For instructions on the required application form and submission requirements, please refer to AAPD 22-01. Pursuant to AIDAR 752.228-70, medical evacuation is a separate insurance requirement for overseas performance of USG funded subcontracts; the Defense Base Act insurance does not provide coverage for medical evacuation. The costs of DBA insurance are allowable and reimbursable as a direct cost to this Subcontract.
Before starting work, the offeror must provide Chemonics with a copy of the DBA coverage policy that covers each of its employees.
Section 2: Offer Checklist
To assist offerors in preparation of the quote, the following checklist summarizes the documentation to include an offer in response to this RFQ:
□ Cover letter, signed by an authorized representative of the offeror (see Section 4 for template)
□ Official quotation, including proof of technical qualifications, (see Section 3 for scope of work, required technical qualifications, and the template to provide quotations);
□ Copy of offeror’s registration or business license (see Section 1.5 for more details);
□ Contact information for at least three (3) references of past or present clients indicating the relevant services carried out in the last three (3) years that best illustrate company/individual’s qualifications and past performance (see Section 1.5 for more details).
□ Federal Funding Accountability and Transparency Act (FFATA) Subaward Reporting Questionnaire, signed by an authorized representative of the offeror (see Section 5 for questionnaire). This form shall be completed only if the value is over $30,000
□ Narrative description of past performance for similar services;
□ Company/individual’ profile or 2-3 pages introduction to company/individual’s areas of expertise, and description of the team and main clients (see Section 1.5 for more details).
RFQ No. PSM-SL-2026-02
Page 6 of 10
GlobalQMS ID: (Old ID: 10844) 612.7, 2 August 2024
Section 3: Scope of Work and Technical Qualifications
The purpose of this RFQ is to engage the firm to provide legal services to Chemonics and GHSC PSM Sierra Leone.
Chemonics treats the project office in Sierra Leone as a segment of its operations reporting directly to the company headquarters in Washington, DC, United States of America. The Chemonics GHSC PSM project office does not sell any types of services, but rather its activities are limited to implementing and supporting U.S. foreign assistance projects. Chemonics has a corporate indirect cost structure that is allocated to the project, which does not have a separate cost structure. The GHSC-PSM project is funded by the United States Government and is required to adhere to regulations imposed by the U.S. government. The project is staffed by local Sierra Leonean staff. In support of project activities, Chemonics needs to ensure it continues to operate in Sierra Leone in full compliance of local laws and regulations.
Factoring these details into account, the selected firm or individual shall, and when requested, provide the following services:
- Ad hoc legal opinions on local law as relevant to project operations (in areas such as registration, taxation, recordkeeping, banking, employment, labor, and procurement). 2. Ad hoc legal review of documents (such as employment agreements and modification templates, delegations of authority, quitclaim release forms, and contracts)
- Annual review of a local counsel review checklist considering the nature of Chemonics’ activities and project requirements (approximately 35 questions)
- Annul review of Chemonics’ policy manual for Sierra Leone outlining all company policies and procedures in-country for alignment with local law (approximately 70 pages) 5. Facilitation of regulatory approvals or matters related to Chemonics’ registration and legal standing in Sierra Leone
Technical Qualifications that the selected offeror must possess:
- Proven track record of providing legal services outlined in Section 3 of the RFQ. • Staff assigned to these tasks have obtained a minimum of a Bachelor of Laws (LL.B) undergraduate degree from an accredited and recognized institution, completed the Bar course and the Bar exam, and are licensed and certified in Sierra Leone and legally eligible to provide legal options in Sierra Leone.
- Select firm/individual has experience working with business registration processes including assisting internationally-based companies and have comprehensive knowledge with local labor laws and tax regulations.
- Experience with US Government projects, especially those implemented by for-profit international firms such as Chemonics, is highly preferred.
The table below contains the list of services under RFQ. Offerors are requested to provide quotations containing the information below on official letterhead or official quotation format. In the event this is not possible, offerors may complete this Section 3 and submit a signed/stamped version to Chemonics.
| Line Item | Senior- Level Attorney Hourly Rate | Mid- Level Attorney Hourly Rate | Junior-Level Attorney Hourly Rate | Estimated Level of Effort (in hours) |
RFQ No. PSM-SL-2026-02
Page 7 of 10
GlobalQMS ID: (Old ID: 10844) 612.7, 2 August 2024
| Ad hoc legal opinions on local law as relevant to project operations (in areas such as registration, taxation, recordkeeping, banking, employment, labor, and procurement) | Estimated based on request | |||
| Ad hoc legal review of documents (such as employment agreements and modification templates, delegations of authority, quitclaim release forms, and contracts) | Estimated based on request | |||
| Annual review of a local counsel review checklist | ||||
| Annul review of Chemonics’ policy manual for Sierra Leone | ||||
| Facilitation of regulatory approvals or matters related to Chemonics’ registration and legal standing in Sierra Leone |
The delivery estimate presented in an offer in response to this RFQ must be upheld in the performance of any resulting contract.
The prices quoted above remain fixed for the next 12 months:
____Yes ____No
RFQ No. PSM-SL-2026-02
Page 8 of 10
GlobalQMS ID: (Old ID: 10844) 612.7, 2 August 2024
Section 4: Offer Cover Letter
The following cover letter must be placed on letterhead and completed/signed/stamped by a representative authorized to sign on behalf of the offeror:
To: GHSC-PSM Sierra Leone
24 Cantonment Road, Brookfield’s, Freetown, Sierra Leone
Reference: RFQ No. PSM-SL-2026-02
To Whom It May Concern:
We, the undersigned, hereby provide the attached offer to perform all work required to complete the activities and requirements as described in the above-referenced RFQ. Please find our offer attached.
We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced RFQ. We further certify that the below-named firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFQ—are eligible to participate in this procurement under the terms of this solicitation and under US Government regulations.
Furthermore, we hereby certify that, to the best of our knowledge and belief:
- We have no close, familial, or financial relationships with any Chemonics or GHSC-PSM project staff members;
- We have no close, familial, or financial relationships with any other offerors submitting quotes in response to the above-referenced RFQ; and
- The prices in our offer have been arrived at independently, without any consultation, communication, or agreement with any other offeror or competitor for the purpose of restricting competition.
- All information in our quote and all supporting documentation is authentic and accurate. • We understand and agree to Chemonics’ prohibitions against fraud, bribery, and kickbacks.
We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete.
Authorized Signature:
Name and Title of Signatory:
Date:
Company Name:
Company Address:
Company Telephone and Website:
Company Registration or Taxpayer ID Number:
Company UEI Number:
Does the company have an active bank account (Yes/No)?
Official name associated with bank account (for payment):
RFQ No. PSM-SL-2026-02
Page 9 of 10
GlobalQMS ID: (Old ID: 10844) 612.7, 2 August 2024
Section 5: Federal Funding Accountability and Transparency Act (FFATA) Subaward Reporting Questionnaire
If the offeror is selected for an award valued at $30,000 or above and is not exempted based on a negative response to Section 3(a) below, any first-tier subaward to the organization may be reported and made public through FSRS.gov in accordance with The Transparency Acts of 2006 and 2008. Therefore, in accordance with FAR 52.240-10 and 2CFR Part170, if the offeror positively certifies below in Sections 3.a and 3.b and negatively certifies in Sections 3.c and 3.d, the offeror will be required to disclose to Chemonics for reporting in accordance with the regulations, the names and total compensation of the organization’s five most highly compensated executives. By submitting this quotation, the offeror agrees to comply with this requirement as applicable if selected for a subaward.
In accordance with those Acts and to determine applicable reporting requirements, Company Name certifies as follows:
- a) In the previous tax year, was your company’s gross income from all sources above $300,000? Yes No
- b) In your business or organization’s preceding completed fiscal year, did your business or organization (the legal entity to which the UEI number belongs) receive (1) 80 percent or more of its annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements?:
Yes No
- c) Does the public have access to information about the compensation of the executives in your business or organization (the legal entity to which the UEI number it provided belongs) through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986? (FFATA § 2(b)(1)):
Yes No
- d) Does your business or organization maintain an active registration in the System for Award Management (SAM.gov)?
Yes No
I hereby certify that the above statements are true and accurate, to the best of my knowledge. Authorized Signature:
Name and Title of Signatory:
Date:
RFQ No. PSM-SL-2026-02
Page 10 of 10
GlobalQMS ID: (Old ID: 10844) 612.7, 2 August 2024