Background
The International Republican Institute (IRI) is a nonprofit, nonpartisan, organization dedicated to advancing freedom and democracy worldwide. Since 1983, IRI has worked to develop democratic institutions and ideals, carrying out a variety of international programs to promote freedom, self-government and the rule of law worldwide. IRI provides technical assistance in the areas of political party strengthening, developing civic institutions and open elections, promoting democratic governance and advancing the rule of law.
IRI’s work in Moldova is geared toward developing the capacity of political parties—with specific focus on internal structures and processes, financial compliance and outreach to voters. IRI’s programming seeks to strengthen the ability political leaders to organize themselves and effectively communicate and represent the Moldovan citizens. A key component of this work is the regular polling that IRI conducts in order to gauge public sentiment and in turn to inform political parties and local stakeholders on issues relevant to constituents.
Period of Performance
November 1, 2024 – October 30, 2025, with an option to extend up to one additional year.
Statement of Work
OBJECTIVES OF THE RESEARCH
Public opinion data shall be obtained through a survey of Moldova that is designed to obtain the most accurate possible information about: (a) ratings of government institutions, political parties and politicians, (b) elections, (c) Moldovan media environment, (d) foreign relations, and (e) social and economic issues.
It is IRI’s preference that data collection for this survey is conducted through face-to-face interviews (PAPI/CAPI). Should this be impossible or inadvisable, IRI will accept proposals for phone interviews (CATI.)
The bidder will conduct two surveys during the initial period of performance with the option to extend for one year and two additional surveys.
RESEARCH TASKS
(1) General Responsibilities of Bidder. For each survey, the bidder shall be responsible for the project design and execution, including the following specific tasks:
(a) translation, formatting, pretesting, adaptation, and printing of questionnaires (PAPI) or programming of questionnaires (CAPI/CATI).
(b) development of a Sampling Plan, to be based a multistage stratified plan (PAPI/CAPI) or a CATI sampling methodology (CATI); list and explain any geographic or other exclusions; the proposed Sampling Plan will be reviewed by, and any further changes agreed upon by IRI and Bidder will be incorporated.
(c) training supervisors and interviewers.
(d) arranging and supervising all aspects of fieldwork, including back-checks.
(e) interview data will be provided to server administered by third-party
From project design to execution, the bidder must comply with any laws governing human subjects research that apply to face-to-face and phone polling in Moldova, including data privacy laws.
(2) Questionnaire. For each survey, IRI will provide a draft questionnaire, and the bidder will provide input, such as a need for rephrasing certain terms for local context. The questionnaire will be approximately 50% identical from wave to wave.
IRI requests translation into Russian and Romanian. Translations will be reviewed and approved by IRI.
For PAPI, full versions should be printed, and interviewers should be allowed to code the questionnaire in the interview language. For CAPI/CATI at least the main interview language must be programmed—only programming in English (unless English is the main interview language) is not sufficient. For PAPI/CAPI, the questionnaire may call for showcards, which need to be printed in all translated languages. For PAPI/CAPI, the estimated average interview duration is 45 minutes, and for CATI the estimated average interview duration is 15 minutes.
3) Sample Design. For each survey, IRI requires a national sample of 1,200 adults, aged 18 or older that is representative of the population of the survey universe. IRI may also ask for an oversample of either n=400 youth aged 18-35, or n=400 residents of Chisinau. Planned exclusions of the population of the survey universe (e.g. geographic, linguistic, lacking accessing to a phone etc.) must be discussed during quotation stage.
For PAPI/CAPI, the sample shall be drawn using recognized probability methods, all the way down to the selection of the individual respondent at the household level. In the event that any departure from probability sampling methods is recommended by the bidder for all or any part of the survey, the sampling methodologies to be employed shall be described in detail and a rationale for their use shall be provided. IRI’s general preferred sampling approach is:
Sample Sampling Plan for n=1000 with 10 interviews per Sampling Point (SP)
|
Proportional Stratification for Stages 1 and 2 |
STAGE 1 |
STAGE 2 |
||||
|
% of country’s 18+ population |
# of SPs in district |
% of population of district urban |
% of population of district rural |
# of urban SPs in district |
# of rural SPs in district |
|
|
District A |
24% |
24 |
100% |
0% |
24 |
0 |
|
District B |
18% |
18 |
35% |
65% |
6 |
12 |
|
District C |
7% |
7 |
15% |
85% |
1 |
6 |
|
District D |
20% |
20 |
25% |
75% |
5 |
15 |
|
District E |
24% |
24 |
75% |
25% |
18 |
6 |
|
District F |
7% |
7 |
40% |
60% |
3 |
4 |
A detailed sampling plan (template provided by IRI) shall be submitted to the IRI prior to fieldwork, including a description of the survey coverage, allocation of the sample, description of the sampling frame, description of any stratification criteria to be used, description of the stages of selection and the selections methods to be used at each stage, a definition of the Sampling Points and approximate number of interviews to be conducted within each Sampling Point, the method to be used for selection of the respondent at the household level, an explanation for any divergence from use of the KISH grid for respondent selection, and call-back rules to be employed. It is assumed that the sample will be distributed in proportion to the population of each region or other geographic unit to be surveyed; in the event that the bidder wishes to propose a sample design departing from this principle the proposal should describe the allocation to be used and the reasons for doing so. The sample plan should address how any oversample interviews will be allocated and selected.
For CATI, the sample shall be drawn using recognized probability methods, all the way down to the selection of the individual respondent. In the event that any departure from probability sampling methods is recommended by the bidder for all or any part of the survey, the sampling methodologies to be employed shall be described in detail and a rationale for their use shall be provided. IRI’s preferred approach to CATI is sampling list-based, provided that recent sampling frame data exists in form of listings of all phone numbers (landline and mobile, incl. of all major mobile phone service providers.) Alternatively, IRI accepts an RDD approach, ideally with some stratification, e.g. by area code. A detailed sampling methodology shall be submitted to the IRI prior to fieldwork, including a description of the survey coverage, allocation of the sample, description of the sampling frame, description of any stratification criteria to be used, description of the stages of selection and the selections methods to be used at each stage, the method to be used for selection of the respondent in case of shared phone numbers, and call-back rules to be employed. It is assumed that the sample will be distributed in proportion to the population of each region or other geographic unit to be surveyed; in the event that the bidder wishes to propose a sample design departing from this principle the proposal should describe the allocation to be used and the reasons for doing so.
(4) Pre-test. For each survey, the questionnaire shall be pre-tested by the bidder prior to the commencement of any fieldwork. No less than 20 pre-test interviews shall be conducted and in surveys with translations into multiple languages, no less than 10 interviews per language. The bidder shall provide IRI with a written report of the results of the pre-test, along with details of any problems encountered and suggested remedies, prior to the commencement of any fieldwork.
(5) Fieldwork. Interviews shall be conducted by experienced field workers who shall be thoroughly briefed by the bidder prior to commencement of any fieldwork. Remote training via video-conference is acceptable. The bidder shall ensure that interviewers are thoroughly familiar with household and respondent selection procedures, call back procedures (at least 3 attempts total before substituting a selected respondent), and the structure of the questionnaire, including routing and filtering. Interviewer training shall include practice sessions in administering the questionnaire. All interviewers must have at least completed secondary education and must be fully fluent (reading and speaking) in the language(s) in which they are to administer the interviews. No interviewer shall conduct more than 10% of the total interviews, but a 5% upper limit would be preferable. A minimum of 10% of interviews shall be back checked or accompanied/live listened to by a team supervisor.
For PAPI/CAPI, the interviews shall be face-to-face and they shall be conducted in the home of the respondent. IRI prefers questionnaire administration via CAPI but is open to paper-and-pencil questionnaire administration if CAPI use is not feasible or advisable. For CATI, the interviews will be conducted on the phone.
Household and respondent selection must be tracked on a contact tracking sheet or similar—this will be needed to calculate the response rate. Informed consent (oral is acceptable unless country laws require written) must be sought prior to commencing the interview. IRI will provide draft informed consent language to the bidder and this template may be updated by the bidder to conform with the country’s legal requirements.
(6) Data Processing. If PAPI is used, the bidder shall be responsible for data entry with a 10% double-punch standard and bidder must then enter data from the paper questionnaire into a software; individual cases will then be uploaded to a server administered by a third party for SPSS dataset creation.
For both CATI and CAPI, bidder shall upload individual survey cases directly to the server administered by a third-party for SPSS dataset creation.
The third-party consultant will be responsible for coding and cleaning the dataset, though the bidder must be available to answer any questions that arise from the data cleaning process.
(7) Technical Report. When delivering data for each survey, the bidder shall provide a Technical Report (template provided by IRI) which shall include the following:
(a) PAPI/CAPI: A complete Sampling Plan, including list of PSUs and individual sampling points and number of interviews conducted at each sampling point. CATI: Complete sampling methodology
(b) Details of response rates, including tabulation of unsuccessful interview attempts, with reasons for non-response (i.e. respondent refusal, proxy refusal, inability to locate selected respondent, etc.). IRI’s preference is to use the AAPOR standard definitions for reporting response rates (https://aapor.org/wp-content/uploads/2023/05/Standards-Definitions-10th-edition.pdf). Vendors should specify which response rate formula they are using in the technical report.
(c) A brief report on survey operations including any practical difficulties encountered in carrying out the survey. Fieldwork photos (not showing any respondent faces) would be highly appreciated as well.
(d) a brief report of fieldwork quality control measures that were taken to ensure the quality of the data, and any issues uncovered, and steps taken to resolve them;
(e) Estimated sampling error.
(8) Summary of deliverables. The Deliverables to be provided to IRI by the bidder are as follows:
(9) Delivery Schedule. Bidder will complete the timeline table below during the proposal stage, indicating the number of business days it will take to complete a survey. Any deviations from the proposed timeline caused by any party other than IRI will result in deductions of the contract award and may disqualify the bidder from future procurements:
|
Stage of survey |
Timeline |
|
Sampling plan |
Due X business days after contract signature |
|
Translated questionnaire |
Due X business days after receipt of English questionnaire |
|
Pre-test |
Starts within X business days of IRI’s approval of sampling plan or translated questionnaire, whichever is later |
|
Submission of pretest report |
Due X business days after pretest start date |
|
Fieldwork start |
Begins X business days after IRI’s acceptance of pre-test report. |
|
Fieldwork end |
CAPI/PAPI national: X business days after fieldwork start CAPI/PAPI national + youth oversample: X business days after fieldwork start CAPI/PAPI national + Chisinau oversample: X business days after fieldwork start CATI national: X business days after fieldwork start CATI national + youth oversample: X business days after fieldwork start CATI national + Chisinau oversample: X business days after fieldwork start |
|
Provide interview data to server and technical report |
Due X business days after end of fieldwork |
Technical Proposals
All proposals submitted to IRI must include:
Price Proposals
Bidders must propose a firm-fixed Unit Price for each of the deliverables identified below and in the format of the table below. The Bidder’s pricing must be valid for at least 60 (sixty) calendar days after the due date for proposal submission. The proposed Unit Price should be fixed and inclusive of all costs to perform, including inspection services, transportation, taxes, import duties (if any), and other levies. To the extent that a Bidder proposed to include any pricing not reflected in the table below, such pricing must be fully described in the proposal. Proposals must be submitted in USD, payments under any resulting contract will be made in this currency.
CAPI/PAPI surveys:
|
Insert cost per deliverable in USD |
National survey n=1,200 (CAPI/PAPI) |
National survey n=1,200 + n=400 youth oversample (CAPI/PAPI) |
National survey n=1,200 + n=400 Chisinau oversample (CAPI/PAPI) |
|
Sampling Methodology, Pretest Report and Copies of Final Questionnaire w/Translations* (Payment 1) |
|||
|
Submit all individual completed questionnaires to server and technical report (Payment 2) |
|||
|
Total: |
*The cost for payment 1 may not exceed 30% of the total amount quoted.
CATI surveys:
|
Insert cost per deliverable in USD |
National survey n=1,200 (CATI) |
National survey n=1,200 + n=400 youth oversample (CATI) |
National survey n=1,200 + n=400 Chisinau oversample (CATI) |
|
Sampling Methodology, Pretest Report and Copies of Final Questionnaire w/Translations* (Payment 1) |
|||
|
Submit all individual completed questionnaires to server and technical report (Payment 2) |
|||
|
Total: |
*The cost for payment 1 may not exceed 30% of the total amount quoted.
Evaluation and Award Process
IRI intends to make an award to the responsible Bidder based on the following evaluation factors:
telephone polling in Moldova – 20 Percent
c) Price – 25 percent
IRI intends to evaluate Bidders’ proposals in accordance with these factors and make an award to the responsible Bidder whose proposal is most advantageous to the program.
Submission Instructions
Bids must be submitted via email to Eric Peterman, at epeterman@iri.org with the subject line “EURASIA2024MO09o -RFP” by the deadline listed above.
RFP Terms and Conditions
Notice Listing Contract Clauses Incorporated by Reference
IRI is required to make the contractor subject to certain flowdown clauses of the prime award. This awarded contract will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Where “flow-down” to the contractor is applicable, references to “USAID/Department of State” shall be interpreted to mean “IRI”, “Recipient” to mean “Contractor”, and “Subrecipient” to mean “lower-tier subcontractor.” Included by reference are the applicable provisions contained in Appendix II to 2 CFR Part 200 and USAID Standard Provisions for Non-US Non-governmental Organizations/US Department of State Standard Terms and Conditions.
IRI Obligations
Issuance of this RFP does not constitute an award commitment on the part of IRI, nor does it commit IRI to pay for costs incurred in the preparation and submission of a proposal or quotation.
Required Certifications
The following certificates need to be signed by all Bidders. These certifications are an integral part of the quotation/proposal. Please print them off and send back to us with your proposal after signature on each certificate. They are:
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS
This certification implements Executive Order 12549, Debarment and Suspension and the requirements set forth in 2.C.F.R. 180, Subpart C.”
Copies of the regulations may be obtained by contacting the person to which this proposal is submitted.
Signature: ____________________________
Date: ____________________________
Name: ____________________________
Title/Position: ____________________________
Entity Name: ____________________________
Address: ________________________________________________________
Authorized Individuals
The offeror/bidder/applicant represents that the following persons are authorized to negotiate on its behalf with IRI and to bind the recipient in connection with this procurement:
|
Name |
Title |
Telephone |
|
Signature: ____________________________
Date: ____________________________
Name: ____________________________
Title/Position: ____________________________
Entity Name: ____________________________