request for quotation request for quotation … request for proposal tetra tech is requesting...
TRANSCRIPT
Tetra Tech, Inc. Grant Street, Framingham, MA USA 01701
Tel 508.903.2000 Fax 508.903.2001 www.tetratech.com
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
October 5, 2015, 2015
Request for Quotation - RFQ # 2015-0006 Tetra Tech-AESP Year 7- Stationery
Supplies, Kabul, Afghanistan
Reference: USAID/Tetra Tech Contract No. EDH-I-00-08-00027-00, Task Order No. 1 – Office of
Economic, Growth & Infrastructure (OEGI), Kabul, Afghanistan.
Date This Request for Quotation Issued October 5, 2015 time 2:00PM
RFQ available for Distribution to Vendors until October 12, 2015 time 04:30PM
RFQ must be returned to AESP no later than October 15, 2015 time 04:30PM
RFQ opening and Review Date October 2015
1.0 Request for Proposal
Tetra Tech is requesting quotations for Stationary Supplies. Tetra Tech invites firms to submit
Best-Offers for the supply of Stationary to its offices in Kabul-Afghanistan. TetraTech is funded
by the U.S. Agency for International Development (USAID) under Contract No. EDH-I-08-00027-
00, Task Order No. 1) Project, in the Central Region of Afghanistan.
2.0 Details Required in the Proposal
Stationary Supplies The supplier shall provide stationary supplies readily available in sufficient quantities to support
Tetra Tech Office located within Kabul for a twelve (12) month period. The supplier shall provide
following stationary supplies on as need basis to Tetra Tech as requested in accordance with the
terms of this RFP.
Bidder shall provide the specification (brand name, country made, type, size, make/model, color)
unit delivered and cost of each unit. Bidder shall also provide high quality supplies. Bidder
understands that TetraTech may request supplies that are outside supply list shown in (APPENDIX
B) and that bidder will be expected to provide a reasonable cost for the requested supplies.
Tetra Tech reserves the right to check and inspect quality and quantity of each delivery and reject
disqualified supplies immediately. The seller must replace the items immediately.
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
2
3.0 Quotation Format
In order to qualify for this procurement, all bidders are requested to provide the following
information, and format their bids as follows:
1. Basic information on the Bidder,
2. Copy of work license of Legal Operation documents
3. Support documents to confirm the company has worked with International NGOs.
4. Cost Proposal - a detailed fixed cost proposal in USD should be submitted using the form in
Appendix B.
5. Exceptions to the RFQ –In accordance with FAR 52.211, variations in the quantity or
specified type of any item called for in this RFQ and described in your proposal will not be
accepted unless the variation has been caused by conditions of loading, shipping, or packing.
Allowances in manufacturing processes must be approved in writing by TetraTech,
Operations Manager. Any exceptions to the RFQ should be noted by the Bidder here.
6. Delivery Schedule –a brief confirmation of vendors, statement on last page of Appendix B
indicating their ability to deliver to Tetra Tech Villa.
7. Tetra Tech requests all bidders to confirm that they can meet proposed delivery schedules or
otherwise bidders may propose a delivery schedule in which they can deliver the items in
Appendices A and B of this RFQ.
8. Completed Representations & Certifications as requested in Appendix E and confirmation
of your willingness to comply with Tetra Tech’s standard Terms and Conditions from
USAID (available upon request).
4.0 Submission Requirements
4.1 Submission of Proposal
All responses must be in English, in PDF or word format and sent via e-mail (all documents
that need signature/stamp should be scanned) indicating the RFP number and closing date to:
Contracts and Procurement Department via email [email protected].
Proposals can also be submitted in hard copy to the Tetra Tech - AESP Office. Please call
for the address mobile: 0729 131 975. The proposal should be in a sealed envelope, clearly
labeled with the subject RFP number and to the attention of the Contracts & Procurement
Department.
The bidder shall submit its best price offer/Proposal as per the following requirements:
1. Proposal Cover Letter signed by a person authorized to sign on behalf of the bidder. Use
the template in Appendix A.
2. All Prices shall be quoted in United States (US) Dollars Only
3. Bidder shall submit quotes in prescribed Format of Appendix B.
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
3
4. In case of price discrepancy between unit price and SUBTOTAL price, the unit price
shall prevail.
5. The rates quoted shall be for complete service inclusive of all taxes all charges for
service contingent to the work.
6. TetraTech is Exempt from Import Duties into Afghanistan.
7. The Award will be a fixed price subcontract or purchase order.
8. The period for completion of project is one year (12 months) from the time of signing
the subcontract.
9. TECTRATECH has the right to increase or decrease the service mentioned in this RFP
10. Bid validity: Net 30 days from date of submission.
11. The bidder to complete and submit all appendices cited in article 8.0 List of Appendices
to Be Completed
4.2 Submission of Questions
Should the bidders be interested in bidding, (Appendix B: Quotation/Bill of Quantities),
additional information may be obtained by submitting questions no later than Tuesday,
October 13, 2015 (4:00 pm, Kabul local time). Bidders are invited to address questions to
Insert in subject line: Request for Quotation - RFQ # 2015-0006 TetraTech (OEGI-
AESP) Stationary Supplies, Kabul-Afghanistan
4.3 Quotation Deadline
Offer/bid must be sent no later than Thursday October 15, 2015 (4:00 pm Kabul, local
time). Offers received after the closing date, will not be given consideration and will be
counted non-responsive.
5.0 Payment
Payment will be paid in full within (30) days of completion by Tetra Tech, or as soon after
inspection of the goods and services. Subcontractor shall invoice at the time all reports and
deliverables have been certified complete and acceptable by Tetra Tech. Payment shall be by
Electronic Transfer (EFT) directly to the bank account of the Subcontractor’s company or by check.
All payments are subject to the reduction of taxes as required by local or any other applicable law.
6.0 Evaluation Criteria
All Proposals received in response to this solicitation will be evaluated and scored by evaluation sub
factors. The Subcontract shall be awarded on a best value basis. The following sub factors shall be
used to evaluate offers:
o Cost (Up to 50 points)
o Quality (Up to 25 points)
o Past Performance in similar type of work (Up to 25 point)
7.0 RFP Cancellation Reservation
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
4
Tetra Tech reserves the right to cancel the RFP prior to award if the project goals cannot be achieved
through the RFP process. Tetra Tech shall notify all bidders, in writing, of the cancellation.
8.0 List of Appendices To Be Completed
Appendix A: Cover Letter
Appendix B: Detailed Cost Breakdown/Bill of Quantities Form
Appendix C: Summary of Relevant Capability, Experience and Past Performance
Appendix D: Copy of Business License/Certificate
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
5
REQUEST FOR QUOTATION
Request for Proposal No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
APPENDIX A: PROPOSAL COVER LETTER
[On Letterhead]
< >
TO: TETRATECH
Contracts & Procurement Manager
Kabul, Afghanistan
Ladies and Gentlemen:
We, the undersigned, offer to provide the Request for Proposal - RFP NO.2015-0006 for TetraTech in accordance with your Request for Proposal dated and our Proposal
(Technical and Financial). Our attached Proposal is for the sum of <Sum in Words ($0.00 Sum in Figures) >.
Our Proposal shall be binding upon us subject to the modifications resulting from contract negotiations, up to
expiration of the validity period of the Proposal, i.e., < >.
All the works under this project will be completed in ___________ calendar days from the time of signing
the Subcontract Agreement.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
6
APPENDIX B: PROPOSAL /BILL OF QUANTITIES
Stationary Supplies
Item
No. Description
Unit of
Measurement
Current
Stock
Balance
Picture
1
Binder File Big Size 3
Hole (D-Ring, A4
3"/50mm (White One)
Each
2
Binder File Medium Size
(D-Ring, A4 2"32 mm
(White One)
Each
3
Binder File Medium Small
( D-Ring, A4 1"22mm
(White One)
Each
4 Binder Clip Big
(C32/m.11/4" Wide) Box
5 Binder Clip Medium
(15/8"Width ) Box
6 Binder Clip Small (1"
Width ) Box
7 Battery AA (Sony) Pair
8 Battery AAA (Sony) Pair
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
7
9 Battery AAA
(Rechargeable) (Sony) Pair
10 Battery (Duracell Model
No 16046LR61 / 9 Volts) Pair
11 Board Marker Permanent
(Snowman) Pack
12 Board Marker (Snowman) Pack
13 Binding Film A4 Size Ream
14 Binding Film A3 Size Ream
15 Ball Pen (Pilot) Each
16 Computer Spray/PC
Cleaner Bottle
17 Calculator Big Size (Casio
2130) Each
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
8
18 Cutter Medium Size Each
19 Calculator Scientific Each
20 Cover For Book Plastic Pack
21 Certificate Paper Pack
22 Correction white ink pen
(12/Pack) Pack
23 CD-R-RW (Sony 700MB) Box
24 CD-Holder Each
25 CD Label Paper Ream
26 Copy Holder Each
27 Clip Board Each
28 DVD-RW (Sony 4.7GB) Box
29 DVD-R (Sony 4.5 GB) Box
30 Dairy 2013 Each
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
9
31 D Battery (Duracell) Pair
32 Drawing Scale Each
33 Envelope A3 Size Each
34 Envelope A4 Size Each
35 Envelope Letter Size Each
36 File Folder A4 Size
(American Folder) Each
37 File Separator (Pepper
Separator) Set
38 Glue Stick Set/Dozen
39 Hanging File (No. 98 30) Each
40 Highlighter (Fluorescent
/Model No Tf-220) Set
41 Ink for Stamp Each
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
10
42 Krazy Glue Each
43 Lamination Plastic Ream
44 Magic Clip Dispenser Box
45 Magic Clip Box
46 Multiplug (Power Strip) Each
47 Mechanical Pencil Each
48 Magnifying Glass Each
49 Measuring Tape (8m/26')
for Site Visit Each
50 Note Pad E02 (writing
Pad) Each
51 Paper A4 Size (Luck Boss) Ream
52 Paper A4 Size (Color) Ream
53 Paper A3 Size (Luck Boss) Ream
54 Photo Paper A4 Size Pack
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
11
55 Paper Clip 25mm Box
56 Paper Clip 33mm Box
57 Paper Clip 50mm Box
58 Push-Pin (100PC/Box) Box
59 Push Pin Board (Green
Board) (60 x 90) Each
60 Push Pin Board (Green
Board) (80 x 120) Each
61 Plastic File Folder
(Business File) Each
62 Pen (piano Crystal) Each
63 Pen (Beg) Each
64 Pencil Each
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
12
65 Pencil Lead 0.5 and 0.7 box
66 Punch 3 Hole Each
67 Punch 2 Hole Each
68 Post-It (for Quick Notes) Each
69 Pen Holder (Desk) Each
70 Paper Tray (3 Floor) Each
71 Price or Label Machine
(Model PT-90) Each
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
13
72 Paper Shredder (SD815b) Each
73 Planner 2013 Each
74 Plastic File Fastener (50
Sets/Box) Box
75 Rubber (Eraser) Each
76 Ring File 2 Hole Each
77 Rubber Band Pack
78 Steel Ruler (Small Size) Each
79 Steel Ruler (Big Size) Each
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
14
80 Sheet Protector Pack
81 Sharpener Box
82 Scotch Tape Small Size Roll
83 Scotch Tape Big Size Roll
84 Stapler Medium with
remover Each
85 Stapler Big Each
86 Stapler Small with remover Each
87 Stapler Remover Each
88 Scissor Each
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
15
89 Spiral Notebook (Medium
Size) Each
90 Staples Small Size Box
91 Staples Big Size Box
92 Sticker Label Ream
93 Signature pen box
94 Sign Here post it Each
95 Tape Dispenser Each
96
Tape Cassette for Label
Machine(12mm
Laminated)
Each
97 Uni ball Pen Each
98 Visiting Card Folder Each
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
16
99 White Board Cleaner Each
100 White Board Eraser Pack
101 With Board 60x90 Each
102 White Board 120x80 Each
103 Labels box
104 Paper Sap rotor
Liter size Each
105 Paper Sap rotor A4 Size Each
106 Color Coil Box
10 mm
6 mm
8 mm
12 mm
25 mm
18 mm
20 mm
14 mm
16 mm
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
17
107 Extension Receptacle
Large size Each
108 Extension Receptacle
Small size Each
109 Spiral Notebook Small
Size Box
110 Banker box Each
111 Power Duster
112 plastic folder Each
113 Cover for ID Card Each
114 Battery Each
115 Dairy (Note book) Year
2016/2015 Each
REQUEST FOR QUOTATION
Request for Quotation No 2015-0005: Project No. 127-1298-12001
USAID / Afghanistan Engineering Support Program
In support of the U.S. Agency for International Development
Prime Contract # EDH-I-00-08-00027-00
Task Order # 01
STATEMENT OF REQUIREMENTS
18
We agree to provide the above stated items, in accordance with the specifications at a total fixed
cost price of (Amount in figures) _____________________ USD, (US dollars written in words)
__________________________________________________________.
Additional Required Information
No Description / Question Response
1 Validity of Bid Price (Proposal)
2 Completion Period
3 Payment Terms
4 Standard warranty duration
Tetra Tech, Inc. 1 Grant Street, Framingham, MA USA 01701
Tel 508.903.2000 Fax 508.903.2001 www.tetratech.com
Appendix C: SUMMARY OF RELEVANT CAPABILITY, EXPERIENCE AND PAST PERFORMANCE
Include projects that best illustrate your experience relevant to this (RFQ) or similar activities, sorted by decreasing order of completion date.
Projects should have been undertaken in the past three years (i.e. 2012, 2013 and 2014) Projects undertaken in the past Three years may be
taken into consideration at the discretion of the evaluation panel.
# Project Title and
Description of Activities
Client
Name/Tel # E-mail
Cost in
USD
Start and
End Date
Completed on
Schedule
(Yes/No)
1
2
3
20
Appendix D: COPY OF BUSINESS LICENSE / CERTIFICATE
21
Appendix E: Bidder Representations and Certifications
Organizational Conflict of Interest Representation
The Bidder represents, to the best of its knowledge and belief, that this award:
Will [ ] or will not [ ] involve an organizational conflict of interest.
1. Source, Origin, and Componentry of Goods and Commodities
(i) This is to certify that the Bidder is:
□ an individual who is a citizen or legal resident of .
□ a corporation of partnership organized under the laws of .
□ a controlled foreign corporation of which more than 50% of the total combined voting power of all classes of stock is owned by United States shareholders; or
□ a joint venture or incorporated association consisting entirely of individuals, partnerships or corporations. If so, please describe separately the citizenship or legal status of the individuals, the legal status of the partnership or corporations, and the percentage (%) of voting power of the corporations.
(ii) This is to certify that the Source (the country from which a commodity is to be shipped from) of the Equipment to be supplied under this Order is:
name of country or countries
(iii) This is also to certify that the Origin (the country where goods are mined, grown, or produced through manufacturing, processing or substantial and major assembling of components) of the Equipment to be supplied under this Order is:
22
Name of country or countries
(iv) This further certifies that the Equipment to be provided by Vendor under this Order does not contain any Components originating in any of the U.S. State Department’s list of Non-Free World countries (Cuba, Iran, Iraq, Laos, Libya, North Korea, and Syria). The Componentry of the Equipment to be supplied under this Order will originate in:
Name of country or countries
3. Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility Matters (FAR 52.209-
5)
The Vendor certifies, to the best of their knowledge and belief, that:
The Vendor and/or any of its Principals:
are are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by
any US Federal Government agency;
have have not within the three-year period preceding this certification, been convicted of or had a civil judgment rendered
against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to
obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state
antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen
property; and
are are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with commission of
any of the offenses enumerated in subdivision (a)(1)(i)(B) of this provision.
(A) The Vendor has has not within the past three years, relative to tax, labor and employment, environmental, antitrust, or
consumer protection laws:
23
been convicted of a Federal or state felony (or has any Federal or state felony indictments currently pending against them); or
had a Federal court judgment in a civil case brought by the United States rendered against them; or
had an adverse decision by a Federal administrative law judge, board, or commission indicating a willful violation of the law.
If the Vendor has responded affirmatively, the Vendor shall provide additional information if requested by the Contracting Officer;
and
The Vendor has has not , within a three-year period preceding this certification, had one or more contracts terminated for
default by any U.S. Federal Government agency.
(a) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary
management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary,
division, or business segment, and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False,
Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States
Code.
(b) The Vendor shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Vendor
learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an
award under this solicitation. However, the certification will be considered in connection with a determination of the Vendor’s
responsibility. Failure of the Vendor to furnish a certification or provide such additional information as requested by the
Contracting Officer, or PA, may render the Vendor non-responsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good
faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Vendor is not required to
exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when
making award. If it is later determined that the Vendor knowingly rendered an erroneous certification, in addition to other remedies
available to the Government, the Contracting Officer may require PA to terminate the contract resulting from this solicitation for
default.
24
By signing below, the Bidder certifies that the representations and certifications made, and information provided herein, are
accurate, current and complete.
Signed by
Name of authorized Dealer
Date / Signature
Stamp