REQUEST FOR QUOTATIONS (RFQ)

February 27, 2026
Application ends: March 6, 2026

Apply for this job

Job Description

REQUEST FOR QUOTATIONS (RFQ)  

RFQ Number: GHSC-PSM-SL-2026-01 

Issuance Date: February 27, 2026 

Deadline for Offers: March 6, 2026 

Description: 24/7 Office Security Guards 

For: GHSD Global Health Supply Chain – Procurement and Supply Management  (GHSC-PSM) project 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: Sorie Kargbo, skargbo@chemonics.com 

***** 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 businessconduct@chemonics.com with any questions or concerns regarding the above information or to  report any potential violations. Potential violations may also be reported directly to Chemonics’ Headquarters office through  the contact information listed on the website found at the hyperlink above

RFQ No. GHSC-PSM-SL-2026-01 

Page 1 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

Section 1: Instructions to Offerors 

  1. 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 Inc. in Sierra Leone. The goal of the GHSC PSM project in Sierra Leone is to ensure uninterrupted supplies of health commodities in support  of USG-funded public health initiatives around the world. In Sierra Leone, the project provides  direct procurement and supply chain management support to the President’s Malaria Initiative. As  part of project activities, the GHSC-PSM project in Sierra Leone requires the purchase of unarmed security services (1 day guard and 2-night guards) to be stationed at the project office to  ensure a permanent security service 24 hours a day, 7 days per week. The purpose of this RFQ is  to solicit quotations for these items. 

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.  

  1. Offer Deadline and Protocol: Offers must be received no later than 5:00 PM local Freetown  time on March 6, 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. 

  1. Questions: Questions regarding the technical or administrative requirements of this RFQ may be  submitted no later than 5:00 PM local Freetown time on March 4, 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. 

  1. Scope of Work: Section 3 contains the Scope of Work for the required work for the services that  might be ordered under this RFQ and the technical qualifications that the selected offeror must  possess. 
  2. Quotations: Quotations in response to this RFQ must be priced on a fixed-price, all-inclusive  basis, including delivery and all other costs. Prices must be inclusive of the following costs:  salaries, fringe, overhead costs, equipment maintenance, fee, and insurance (including worker’s  compensation insurance mandated by U.S. Defense Base Act (DBA insurance)).  Pricing must be presented in Sierra Leonean Leones. 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(B). 

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. 

  • 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 

RFQ No. GHSC-PSM-SL-2026-01 

Page 2 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

  • 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 USG 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. 

  • Cover letter, signed by an authorized representative of the offeror  
  • Copy of required licenses and official registration to operate a security firm within Sierra  Leone. 
  • Copy of offeror’s registration or business license if separate and different from  registration in Sierra Leone  
  • Company policies governing duty of care and/or that restrict services being offered to  include policies on usage of firearms, licensing, and liability  
  • Proof of training and/or certifications associated with providing security services. Signed certification stating the offeror’s detailed current level of insurance coverage  which should include but is not limited to Defense Based Act (DBA) worker’s  compensation, Comprehensive General Liability, Automobile Liability, and Umbrella  insurances. 
  • Official quotation, including any cost notes (see Section 3 for requirements) CVs for all proposed security guards and other personnel 
  • Subcontractor shall be able to provide personnel identification as requested by Chemonics  by providing for each guard the National Identity Cards issued by the Government of  Sierra Leone 

The price quotation 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. 

  1. Delivery time frame: 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. 
  2. Source/Nationality/Manufacture: All goods and 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 any commodities or services that are manufactured or assembled  in, shipped from, transported through, or otherwise involving any of the following countries:  Cuba, Iran, North Korea, and 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. 

  1. 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.

RFQ No. GHSC-PSM-SL-2026-01 

Page 3 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

  1. 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. 
  2. 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 RFQ 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 obtaining a UEI number is not possible. Contact sam.gov to  

obtain a number. Guidance on obtaining a UEI number is available from Chemonics upon request 11. Evaluation and Award

An award will be made to the offeror whose proposal is determined to be responsive to this solicitation  document, meets the eligibility criteria stated in this RFQ, meets the technical, management/personnel,  and corporate capability requirements, and is determined to represent the best value to Chemonics. Best  value will be decided using the tradeoff process. 

This RFQ will use the tradeoff process to determine best value as set forth in FAR 15.101-1. That means  that each proposal will be evaluated and scored against the evaluation criteria and evaluation sub criteria, which are stated in the table below. Chemonics will award a subcontract to the offeror whose  proposal represents the best value to Chemonics and the GHSC-PSM project Chemonics may award to  a higher priced offeror if a determination is made that the higher technical evaluation of that offeror  meritsthe additional cost/price. Evaluation points will not be awarded for cost, but for overall evaluation  purposes of this RFP, technical evaluation factors other than cost, when combined, are considered 

significantly more important than cost factors. Cost will primarily be evaluated for realism and  reasonableness. If technical scores are determined to be 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– 30 points: Chemonics will assess whether the proposal explains,  understands, and responds to the objectives of the project as stated in the Scope of Work.  Approach and Methodology – 30 points: Chemonics will assess whether the proposed  program approach and detailed activities and suggested timeline fulfill the requirements  of executing the Scope of Work effectively and efficiently. 
  • Corporate Capabilities – 20 points: Chemonics will evaluate whether the company’s  experience is relevant to the project Scope of Work. 
  • Past Performance – 20 points: Offerors must include [3] 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.

RFQ No. GHSC-PSM-SL-2026-01 

Page 4 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

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  suppliers, 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.  
  1. Privity: 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. 
  2. Terms and Conditions: This is a RFQ 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 firm fixed price, in the form of a purchase order. (c) Purchase orders may not be assigned, sub-contracted, or delegated, in whole or in part, by the  Supplier without the written consent of Chemonics; in the absence of such written consent,  any assignment to a third party is void. 

(d) 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 

(e) 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. 

(f) United States law prohibits transactions with, and the provision of resources and support to,  individuals and organizations associated with terrorism. The supplier under any award  resulting from this RFQ must ensure compliance with these laws. 

  1. Insurance and Services:

The Offeror shall procure Defense Base Act (DBA) insurance pursuant to the terms of the subcontract  for work activities as described in Section C. Failure to obtain DBA) insurance in accordance with  FAR Clause 52.228-3. Workers’ Compensation Insurance (DBA) and AIDAR 752.228 03, shall be  considered a material breach and could cause this contract to be terminated for default/cause. 

For purposes of this proposal, Offerors must calculate the costs of the DBA policy by applying the  rate according to the nature of the work (general services, construction or security) for each USD  $100 of compensation to employees who are working outside of the United States. 

DBA costs = (compensation / 100) x DBA rate

RFQ No. GHSC-PSM-SL-2026-01 

Page 5 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

Remuneration means the salary of employees, plus recruitment incentives, differential payments,  security payments, but excludes per diem payments, accommodation / housing / travel / education and  other miscellaneous benefits. 

Rate and Year of coverage of the USG Policy General Services Construction Security 

DBA Rate (2019-2020): For general services USD $ 0.69, for construction work USD $ 2.54 and for  security USD $ 5.37. 

Example: For a technical assistance subcontract with a budget of COP30,000,000 in salaries, the DBA  would be calculated: (COP30,000,000 / 100) x 0.69 = COP207,000. While for a construction  subcontract the DBA would be calculated: (COP30,000,000 / 100) x 2.54 = COP762,000. 

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 DoS 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. 

  1. a) AIDAR 752.228-70 Medical Evacuation Services (MEDEVAC) Services (JULY 2007)  [Updated by AAPD 06-01]. 

(1) The Subcontractor shall provide MEDEVAC service coverage to all U.S. citizen, U.S.  resident alien, and Third Country National employees and their authorized dependents  (hereinafter “individual”) while overseas under a USAID-financed direct contract.  Chemonics will reimburse reasonable, allowable, and allocable costs for MEDEVAC  service coverage incurred under this Subcontract. The Contracting Officer through  Chemonics will determine the reasonableness, allowability, and allocability of the costs  based on the applicable cost principles and in accordance with cost accounting standards.  

(2) Exceptions:  

(i) The Subcontractor is not required to provide MEDEVAC insurance to eligible  employees and their dependents with a health program that includes sufficient  MEDEVAC coverage as approved by Chemonics.  

(ii) The Chief of Mission through Chemonics, may make a written determination  to waive the requirement for such coverage. The determination must be based on  findings that the quality of local medical services or other circumstances obviate  the need for such coverage for eligible employees and their dependents located at  post.  

(3) If authorized to issue lower-tier subcontracts, the Subcontractor shall insert a clause  similar to this clause in all lower-tier subcontracts that require performance by  Subcontractor employees

TYPE MINIMUM 

LIMIT

 

RFQ No. GHSC-PSM-SL-2026-01 

Page 6 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

(a) Defense Base Act or equivalent for waived nationals per FAR 52.228-3 and 52.228-4. 

The coverage shall extend to Employers Liability for bodily injury, death, and  for occupational disease.

As required by 

DBA

(b) Comprehensive General Liability Each Occurrence 

Combined Single Limit for Personal Injury and/or Property Damage 

$1,000,000 

$2,000,000

(c) Automobile Liability 

Combined Single Limit each occurrence

As per AIDAR 

752.228-7 and 

$1,000,000

(d) Other Required Insurance 

• Umbrella Insurance 

additive to (b) and (c) above

(b) $1,000,000/ 

(c) $2,000,000

 

  1. Compliance with U.S. Export Laws

The Offeror agrees to comply with all U.S. export laws and regulations, including but not limited to:  (i) the Arms Export Control Act (AECA), 22 U.S.C. 2778 and 2779; (ii) Trading with the Enemy Act  (TWEA), 50 U.S.C. App. §§ 1-44; (iii) International Traffic in Arms Regulations (ITAR), 22 C.F.R.  

Parts 120-130.; (iv) Export Administration Act (EAA) of 1979 and the Export Administration  Regulations (EAR) 15 C.F.R. Parts 730-774, (including the EAR anti-boycott provision); (v) the  International Emergency Economic Powers Act (IEEPA), 50 U.S.C. 1701-1706 and Executive Orders  of the President under IEEPA, 50 U.S.C. app. §§ 2401-2420; (vi) Office of Foreign Asset Controls  (OFAC) Regulations, 31 C.F.R. Parts 500-598; and (vii) other applicable U.S. laws and regulations.  As required, subject to Chemonics’ prior approval for all exports or imports under the Subcontract,  Offeror shall determine any export license, reporting, filing or other requirements, obtain any export  license or other official authorization, and carry out any customs formalities for the export of goods or  services. Offeror agrees to cooperate in providing any reports, authorizations, or other documentation  related to export compliance requested by Chemonics. Offeror agrees to indemnify, hold harmless and  defend Chemonics for any losses, liabilities and claims, including as penalties or fines as a result of  any regulatory action taken against Chemonics as a result of Offeror’s non-compliance with this  provision.

RFQ No. GHSC-PSM-SL-2026-01 

Page 7 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

Section 2: Offer Checklist 

To assist offerors in preparation of proposals, 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 if separate and different from registration in  Sierra Leone 

Proof of registration and/or certifications associated with providing security services and/or  maintaining and using weapons. 

Copy of guard’s valid license to carry and use a weapon 

Signed certification stating the offeror’s detailed current level of insurance coverage which should  include but is not limited to Defense Based Act (DBA) worker’s compensation, Comprehensive  General Liability, Automobile Liability, and Umbrella insurances. 

Three (3) past performance references for the delivery of services similar to the type contemplated  in this solicitation, including a description of the services provided and contact information with  telephone and email address. The past performance references must include contact information with  telephone and email 

Company policies governing duty of care and/or that restrict services being offered to include  policies on usage of firearms, licensing, and liability including copy of Escalation of Force or Use of  Force policies. 

Evidence of Responsibility Form (see Annex 3). 

Communications Protocol – Description of the communication’s protocol between the guard force  and operations room that provides oversight/supervision/support to guards, outlining the offeror’s  response capabilities in the event of an emergency, including 1) speed of response (where stationed,  distance from facilities) and; 2) how offeror would respond (number of people, if response force is  armed, etc.). 

Company policies/regimen related to staff training. The training regimen shall include initial  training and qualifications as well as regularly scheduled sustainment training. Official quotation, including any cost notes (see Section 3 for requirements) CVs for all proposed Security managers and guard commanders if applicable to SOW. 

 

RFQ No. GHSC-PSM-SL-2026-01 

Page 8 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

Section 3: Scope of Work and Pricing Schedule 

Section 3.A (1): Scope of Work:  

The purpose of this RFQ is to engage the firm to provide unarmed security services for the office  location of the GHSC-PSM project in Sierra Leone. The Offeror shall provide security services to  support the safety and security of the GHSC-PSM project in Sierra Leone office in Freetown. The  

Subcontractor shall provide a static unarmed guard force at the address 24 hours per day, 7 days per  week (including holidays and weekends). Office security shall be comprised of one (1) 12-hour shift  of one (1) unarmed guard during the day, and one (1) 12-hour shift of two (2) unarmed guards during  the night. Guards must be qualified to provide static security services, which include the duties of  securing the main gate and office entry points, managing access control protocols as directed by  management, conducting roving patrol of the premises and perimeter a minimum of one (1) patrol per  shift, reporting suspicious activities and other potential safety and security threats, and responding to  security incidents in accordance with designated standard operating procedures (SOPs), including a  response capability under 15 minutes.  

The sole function of the security services and security personnel provided by the Subcontractor is to  minimize the risk of loss or damage by theft, burglary, vandalism, terrorism, riot, or civil commotion.  The Subcontractor will use its best endeavors to minimize or prevent loss or damage to the  Chemonics property. The Subcontractor shall complete the following tasks: 

Tasks: Guards must be qualified to provide static security services, to which include the duties of  securing facility entry points, conducting perimeter patrols of the premises, reporting suspicious  activities and other potential safety and security threats, monitoring receiving and dispatch processes,  and responding to security incidents in accordance with designated standard operating procedures  (SOPs). Security Company must provide alarm monitoring service and armed reaction once alarm is  activated. Tasks may include, but will not be limited to:  

  • Ensuring staff and visitors entry into the premises is subject to verification of Identification  Badge. All visitors must be accompanied to the offices. 
  • Ensuring that staff or visitors entering the premises, do not bring in any unauthorized items  such as explosive/ non-explosive weapons, sharp objects or dangerous weapons and  flammable/corrosive/explosive chemical materials. 
  • Routinely conducting perimeter patrols of the site to monitor the site and its surroundings for  any potential security or safety concerns.  
  • Promptly reporting any suspicious activity or encountered incidents within or immediately  outside of the premises to the Country Representative and the Safety and Security Focal  Point. 
  • Submit an incident report for any security incidents within the same day of occurrence. Such  reports must include, at a minimum, (a) date, time and place of the location, (b) description of  the events, (c) injuries to personnel or damage/loss of property, (d) witnesses, (e) current  security assessment, and (f) other relevant information. Providing incident response and  management in accordance with guard training and standard operating procedures. Assigned  guards should be supported by periodic mobile patrols for back up during all shifts. 

Equipment: Guards shall be equipped and supplied, at a minimum, with the following individual  equipment: 

  • Work uniform(s) sufficient to maintain professional dress and appearance for all guards  • Work boots  
  • Wet/cold weather jacket 
  • Baton/nightstick 
  • Whistle 
  • Handcuffs

RFQ No. GHSC-PSM-SL-2026-01 

Page 9 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

  • Flashlight and spare batteries 
  • Two-way radio and spare battery 
  • First aid kit 
  • Mobile/cellular telephone (including airtime / phone credit) 
  • Patrol waypoint check-in equipment 

Rotations: The Offeror shall not schedule any security staff more than 5 days a week without having a  24-hour rest period (Offeror staff shall also not work more than 5 days in a row (sequentially) before  having a full 24-hour period of rest, and must have off no less than 12 hours between shifts). 

Adjustments: Upon Chemonics request, the Offeror must be able to increase or decrease the number  of guards on duty within 48 hours of the request being ordered by Chemonics in writing through the  changes clause described in the future subcontract. 

Policy on Use of Deadly Force: The Offeror’s security procedures shall comply with local law. 

In-extremis Response: Guards shall be managed 24/7 by a designated control room capable of  deploying an immediate response team in the event of activation by the guards. Immediate response  teams must be able to respond to the distress call in under 15 minutes in accordance with a proven rapid  response protocol. Immediate response teams must further be trained in incident management and  emergency response, to include training in managing a range of site security incidents. 

3.A.2. Oversight of Offeror Services 

Oversight. Technical and management oversight of Offeror services shall be provided by Chemonics.  Oversight of the general security policy and approach for the GHSC-Office and this subcontract will be  provided collaboratively with the Chemonics Security Management Unit, the Offeror, and the GHSC PSM in Sierra Leone office management team.  

Management. Security personnel shall be managed by the Offeror. The Offeror shall ensure security  personnel presence at the office location in Freetown, including all required monitoring and oversight  to ensure that guards are at their posts and performing their duties as required. Security personnel shall  maintain adequate records of operations on site. The Offeror shall produce a Security Service Monthly 

Report that will at a minimum contain: the names of the personnel who worked and their specific shift  rotations (dates and times), any observations made by their personnel, and any issues or observations  that were reported. Chemonics shall in return provide the Offeror monthly feedback on guard  performance or any other items of note. Security personnel must comply with the instructions of the  GHSC-PSM in Sierra Leone Office management team and must always exhibit courtesy and the highest  levels of professionalism in the performance of their duties. Chemonics will notify the Offeror verbally  and, either before or after verbal notification, also in writing of any conduct problems concerning the  Offeror’s employees or agents about the services as soon as possible after Chemonics becomes aware  of them. The Offeror shall substitute any of the security guards within 2 days of written notice by  Chemonics if any such guard is negligent in the performance of his/her duties or if s/he repeatedly  refuses to follow the instructions of Chemonics. Chemonics emphasizes the importance of information  for the proactive management of security. To support the provision of security services, the Offeror  shall ensure security personnel liaise regularly with other security stakeholders around the GHSC-PSM  project in Freetown, Sierra Leone to remain apprised of potential threats or relevant incidents. Any  information which may have an impact on the security of staff and operations at the GHSC-PSM project  in Freetown, Sierra Leone will be communicated to Chemonics in writing (and verbally if appropriate).  The Offeror shall further provide real-time updates on immediate security issues and threats around  operations such as demonstrations, riots, police operations, criminal activity, road closures, and heavy  traffic. These should be provided to the designated personnel via email or phone depending on the  immediacy of the situation. 

RFQ No. GHSC-PSM-SL-2026-01 

Page 10 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

Reporting. The Offeror shall provide Chemonics in writing with any observations and recommendations  pertaining to the safety and security of the location, and the security measures implemented on site.  Chemonics emphasizes the importance of information for the proactive management of security. Any  information which may have an impact on the security of project staff and operations will be  communicated to Chemonics either in writing or verbally as appropriate. The Subcontractor shall  further provide real-time updates on immediate security issues and threats in the area of operations such  as demonstrations, riots, police operations, criminal activity, road closures, and heavy traffic. These  should be provided to the designated personnel via phone or email depending on the immediacy of the  situation. The Subcontractor shall produce monthly service reports that will at a minimum contain: the  names of the personnel who worked and their specific shift rotations (dates and times), any observations  made by their personnel, and any issues or observations that were reported.  

The Offeror shall further provide baseline Standard Operating Procedures (SOP) for security personnel  and assist in the development of site-specific SOPs including, but not limited to, access control and  incident response. The Offeror shall provide a guard post and relief log, detailing when guards are  posted and relieved, when supervisors make rounds, and any incidents or other information of note. 

3.A.3. Offeror Performance Clause 

The Offeror is required to ensure that all guards follow prescribed issue resolution standard operating  procedures. Failure to notify appropriate personnel in the event of an alarm at the Freetown office could  be considered a breach of the contract and result in the loss of the security contract with Chemonics.  Additionally, it is the responsibility of the Offeror to identify any gaps in the existing alarm response  protocol and notify all appropriate Chemonics leadership with recommendations to resolve said gap. 

Training. The Offeror shall have an established training regimen for all security personnel appropriate  to job requirements. The training regimen shall include initial training and qualifications as well as  regularly scheduled sustainment training. All training must be in accordance with the local law. The  subcontractor shall provide documentation for individual training covering rules for the use of force  including whether defense of others is consistent with local law. The Offeror shall provide written  acknowledgement that personnel were briefed about and understand limitations on the use of force.  The Offeror at a minimum, will comply with the following requirements for all personnel who will  carry a weapon in support of any Chemonics missions. All weapons training and qualification data  must be fully documented in subcontractor’s Individual Training Records. None of the weapons  training or qualifications listed below is optional; this weapons training and qualifications are all  required by this contract and are to be clearly documented by subcontractor for audit purposes. The  training program must: 

  1. Meet local law standards for armed staff and must include a minimum of 40 hours of  approved [entity mentioned above] weapons training per year. 
  2. Meet the requirements for certification by the Sierra Leone Office of National  Certification 
  3. Meet all the Sierra Leone legal, training, and qualification requirements for  authorization to carry a weapon. 

Mobilization. The Contractor shall mobilize personnel and resources within 2 days after award of a  task order.  

The table below contains the technical requirements of the services that may be provided under the  subcontract. 

Line  

Item 

Description Location Requirements

 

RFQ No. GHSC-PSM-SL-2026-01 

Page 11 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

1Unarmed static security guard  

personnel – 12-hour daytime guard  post. Day shift 7:30 am – 19:30 pm

Freetown, Sierra  

Leone 

See Section 3
2Unarmed static security guard  

personnel- 12-hour nighttime guard  post. Night shift 19:30-7:30 am

Freetown, Sierra  

Leone 

See Section 3

 

Section 3 (B): Pricing Schedule:  

Offerors are requested to provide quotations containing the information below in response to the  Section 3 (A) Scope of Work, on official letterhead or official quotation format. In the event this is  not possible, offerors may complete this Section 3(B) and submit a signed/stamped version to  Chemonics. The table below only requests the unit price for the guard that meets the specifications  defined in the previous section. At the time of the award the Offeror will state the total number of  guards Chemonics will require at the project office location and will apply the unit cost to calculate  the total amount of the subcontract 

Line  

Item

Description and  

Requirements 

QtyMonthly Cost
Unit Price  

In local currency

Total Price  in local  

currency

1Unarmed static security  guard personnel – 12- hour daytime guard post.  Day shift 7:30 am – 

19:30 pm

1
2Unarmed static security  guard personnel- 12-hour  nighttime guard post.  Night shift 19:30 pm – 7:30 am2
*Offeror’s pricing shall account for proper armed guard coverage as requested above, and unarmed guard  rotation requirements, as stated in Section 3(A).
Subtotal:
Other Costs (Describe:______________________):
GRAND TOTAL (SLE):

 

Delivery time (after receipt of order): calendar days

RFQ No. GHSC-PSM-SL-2026-01 

Page 12 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 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 Project in Sierra Leone 

24 Cantonment Road Brookfield 

Freetown, Sierra Leone 

Reference: RFQ No. GHSC-PSM-SL-2026-01 

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  Department of State regulations. 

Furthermore, we hereby certify that, to the best of our knowledge and belief: 

  • We have no close, familial, or financial relationships with Chemonics or any project  implemented in Sierra Leone by Chemonics project staff members; 
  • We have no close, familial, or financial relationships with any other offerors submitting  proposals 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 proposal 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. GHSC-PSM-SL-2026-01 

Page 13 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

SECTION 5: EVIDENCE OF RESPONSIBILITY  

Evidence of Responsibility 

  1. Offeror Business Information 

Company Name: Full Legal Name 

Address: Address 

UEI Number: Enter the Unique Entity Identifier(UEI) assigned to the company. (Instructions to  Offerors: Offerors will provide their registered UEI number for subawards valued at USD$30,000  and above with Chemonics unless exempted. Exemption may be granted by Chemonics or based on a  negative response to Section 3(a) below (ie, the offeror, in the previous tax year, had gross incomre  from all sources under USD$300,000). Sam.gov regulates the system and registration may be  obtained onlin.. If Offeror does not have a UEI number and is unable to obtain one before proposal  submission deadline, Offeror shall include a statement in their Evidence of Responsibility Statement  noting their intention to obtain a UEI number should it be selected as the successful offeror or  explaining why obtaining a UEI number is not applicable or not possible. Additional guidance on  obtaining a UEI number is available upon request.) 

  1. Authorized Negotiators 

Company Name proposal for Proposal Name may be discussed with any of the following individuals.  These individuals are authorized to represent Company Name in negotiation of this offer in response  to RFQ No.  

List Names of Authorized signatories 

These individuals can be reached at Company Name office: 

Address 

Telephone/Fax 

Email address 

  1. Adequate Financial Resources 

Company Name has adequate financial resources to manage this contract, as established by our  audited financial statements (OR list what else may have been submitted) submitted as part of our  response to this proposal. 

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 2 CFR Part 170, 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  proposal, 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: 

  1. a) In the previous tax year, was your company’s gross income from all sources above $300,000? 

Yes No  

  1. 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 

 

RFQ No. GHSC-PSM-SL-2026-01 

Page 14 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

  1. 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  

  

  1. d) Does your business or organization maintain an active registration in the System for Award  Management (https://www.sam.gov/)? 

Yes No  

  1. Ability to Comply 

Company Name is able to comply with the proposed delivery of performance schedule having taken  into consideration all existing business commitments, commercial as well as governmental. 5. Record of Performance, Integrity, and Business Ethics 

Company Name record of integrity is (Instructions: Offeror should describe their record. Text could  include example such as the following to describe their record: “outstanding, as shown in the  Representations and Certifications. We have no allegations of lack of integrity or of questionable  business ethics. Our integrity can be confirmed by our references in our Past Performance References,  contained in the Technical Proposal.” 

  1. Organization, Experience, Accounting and Operational Controls, and Technical Skills (Instructions: Offeror should explain their organizational system for managing the subcontract, as well  as the type of accounting and control procedure they have to accommodate the type of subcontract  being considered.)  
  2. Equipment and Facilities 

(Instructions: Offeror should state if they have necessary facilities and equipment to carry out the  contract with specific details as appropriate per the subcontract SOW.)  

  1. Eligibility to Receive Award 

(Instructions: Offeror should state if they are qualified and eligible to receive an award under  applicable laws and regulation and affirm that they are not included in any list maintained by the US  Government of entities debarred, suspended or excluded for US Government awards and funding. The  Offeror should state whether they have performed work of similar nature under similar mechanisms  for USG. )  

  1. Commodity Procurement 

(Instructions: If the Offeror does not have the capacity for commodity procurements – delete this  section. If the Offeror does have the capacity, the Offeror should state their qualifications necessary to  support the proposed subcontract requirements.)  

  1. Cognizant Auditor 

(Instructions: Offeror should provide Name, address, phone of their auditors – whether it is a  government audit agency, such as DCAA, or an independent CPA.)  

  1. Acceptability of Contract Terms 

(Instructions: Offeror should state its acceptance of the proposed contract terms.)  12. Recovery of Vacation, Holiday and Sick Pay 

(Instructions: Offeror should explain whether it recovers vacation, holiday, and sick leave through a  corporate indirect rate (e.g. Overhead or Fringe rate) or through a direct cost. If the Offeror recovers  vacation, holiday, and sick leave through a corporate indirect rate, it should state in this section the  number of working days in a calendar year it normally bills to contracts to account for the vacation,  holiday, and sick leave days that will not be billed directly to the contract since this cost is being  recovered through the corporate indirect rate.)  

  1. Organization of Firm 

(Instructions: Offeror should explain how their firm is organized on a corporate level and on practical  implementation level, for example regionally or by technical practice.) 

RFQ No. GHSC-PSM-SL-2026-01 

Page 15 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024 

Signature: ___________________________ 

Name: ___________________________ 

One of the authorized negotiators listed in Section 2 above should sign Title: ___________________________ 

Date: ___________________________

RFQ No. GHSC-PSM-SL-2026-01 

Page 16 of 16 

Prime Contract AID-OAA-I-15-00004 GlobalQMS ID: (Old ID: 10851) 613.7, 2 August 2024