REQUEST FOR QUOTATIONS (RFQ) Drainage / Cleaning of Septic Well for CCI Kabul office To From Subject : Offerors : Creative Associates International, Inc. Community Cohesion Initiative (CCI) : Request for Quotations (RFQ) No. RFQ-CCI-KBL-0220 RFP Issue Date : 16 MAR 2014 RFP Closing Date : 23 MAR 2014 RFP Closing Time : 4:00 PM Afghanistan Local Time Reference : USAID Task Order No. AID-OAA-TO-12-00010 Enclosed is a Request for Quotations (RFQ). CCI invites qualified firms and organizations to submit a best-price quotation for the goods funded under USAID Task Order No. AID-OAA-TO- 12-00010. The issuance of a Purchase Order is subject to availability of funds, successful negotiation of the subcontract budget and terms, and receiving USAID s Contracting Officer consent, if required. The requirements for this activity are described in the Statement of Work in Attachment I. CCI encourages your organization to indicate its interest in this procurement by submitting a quotation according to the instructions in Attachment I Instructions to Offerors. Quotations will be evaluated based on the Evaluation Criteria in Attachment I, Section 3.0. CCI will make an award to the responsible Offeror submitting the lowest price offer. To be considered, Offerors should submit a complete quotation no later than the closing date and time indicated above. Any questions should be submitted in writing and emailed to bids@crea-cci.com no later than three days after the issue date of this RFQ. No questions will be entertained if they are received by means other than the specified email address. The solicitation number should be stated in the subject line. Answers will be compiled and distributed within three days from the closing date of questions. Sealed proposals must be labeled with the above-stated RFQ number and title, and delivered to: CCI Procurement Department House # 5/6, Line # 1, Street # 2 Shash Darak, District 9 Kabul, Afghanistan Sincerely, CCI Procurement Department
ATTACHMENT I STATEMENT OF WORK Drainage / Cleaning of Septic Well for CCI Kabul Office 1.0 Introduction: The Community Cohesion Initiative (CCI) is a USAID-funded project, implemented by Creative Associates International, Inc. CCI increases resilience in areas vulnerable to insurgent exploitation by (1) Strengthening ties between local actors, customary governance structures, and the Government of the Islamic Republic of Afghanistan (GIRoA) and (2) Increasing cohesion among and between communities. CCI operates in the east, south, and southwest regions of Afghanistan. CCI requires quotations for the following: Mobile top up cards for CCI Kabul office (specifications attached). 2.0 Instructions to Offerors: Offer Deadline: Offers must be received no later than 4:00 PM on 23 MAR 2014. Offers must be received in a sealed envelope. All submissions must be received by the time and date listed at the following address: CCI Procurement Unit House # 5/6, Lane# 1 Street# 2 Shash Darak District 9 Kabul, Afghanistan Offers received after this date or time will be considered late and will be considered only at the discretion of the BUYER. 1. Source/Nationality: All goods and services supplied under this order must meet USAID Geographic Code 935 (special free world) in accordance with the US Code of Federal Regulations (CFR), 22 CFR 228. This means that origins of all items may be from any country with the exception of the seven countries outlined below. The cooperating country for this RFQ is Afghanistan. 2. Under no circumstances may items or items with components from the following countries be purchased: Iran, Cuba, Iraq, Laos, Libya, North Korea, or Syria. 3. For each line item, Offerors are also required to indicate the country of origin and the source of each line item in Columns B and C. Per 22 CFR 228, the following definitions apply: a. Source: Source means the country from which a commodity is shipped to the cooperating country or the cooperating country itself if the commodity is located therein at the time of purchase. However, where a commodity is shipped from a free port or bonded warehouse in the form in which received therein, source means the country from which the commodity was shipped to the free port or bonded warehouse. b. Origin: The origin of a commodity is the country or area in which a commodity is mined, grown, or produced. A commodity is produced when, through manufacturing, processing, or substantial and major assembling of components, a commercially recognized new commodity results that is substantially different in basic characteristics or in purpose or utility from its components. 4. Brand Names: Specific brands and/or models indicated while often preferred are for description only. An equivalent substitute, as determined by the specifications, will be acceptable. 5. Warranty Requirements: Offerors are expected to provide information on: a. Warranty if offered on any equipment must be valid in Afghanistan. Offers not honoring warranty (if offered) in insert country will be rejected.
b. Offerors shall confirm that all supplied equipment is new, unused, of the most recent models and incorporates all recent improvements in design and materials. c. The successful Offeror shall be responsible for repairing any defect in, or damage to, any part of the supplies which appear during the warranty period and which: a) result from the use of defective materials, faulty workmanship or design of the Vendor; or b) result from any act of omission of the Vendor during the warranty period; or c) appear in the course of an inspection made by, or on behalf of the Buyer. 6. Delivery: Delivery and assembly will be arranged by the vendor. All delivery costs will be included within the price offer. All items must be delivered and assembled no later than 3 days after the agreement is signed. 7. Quotations: Prices must include delivery and installation of any items to CCI Kabul office. Offers must show unit prices, extensions, and total price. Quotations must be a fixed price, expressed in Afghani currency. Offerors shall fill in the unit price for each item in the Bill of Quantity (see Attachment D). For each item, the quantity given in the Quantity column shall be multiplied by the unit price and the result entered in the Total Amount column. In case of any discrepancy between a unit price and an amount, the unit price will be taken as correct and the amount adjusted accordingly. For any item for which a unit price or amount is not shown, it will be assumed that the Offeror is not including that item in their proposal. Offers must remain valid for not less than hundred and eighty (180) calendar days after the offer deadline. 8. Negotiations: Best-offer quotations are requested. Award will be made to a responsible supplier submitting the lowest price, technically compliant proposal. However, Community Cohesion Initiative (CCI) reserves the right to conduct negotiations and/or request clarifications prior to awarding a contract. 9. Evaluation and Award: The award will be made to a responsible Offeror whose offer follows the RFQ instructions and meets the source/origin/nationality requirements. The proposal will be evaluated based on its responsiveness to the technical requirements listed in Section 3.0 Technical Specification and Attachment C, Minimum technical requirements. 10. Type of Contract: Community Cohesion Initiative (CCI) intends to award a Purchase Order (PO) or Blanket Purchase Agreement (BPA) for this activity for the period of six months. Community Cohesion Initiative (CCI) may award the procurement in full or in part to one Offeror, multiple Offerors, or no Offerors. 11. Terms and Conditions: This is a Request for Quotations only. Issuance of this RFQ does not in any way obligate Community Cohesion Initiative (CCI) or USAID to award a purchase order, nor does it commit Community Cohesion Initiative (CCI) or USAID to pay for costs incurred in the preparation and submission of a proposal. Community Community Cohesion Initiative (CCI) may award the procurement in full or in part to one Offeror, multiple Offerors, or no Offerors. This solicitation is subject to Community Cohesion Initiative (CCI) standard terms and conditions. Any resultant award or purchase order will be governed by these terms and conditions. 3.0 Technical Specifications: In support of the CREATIVE-CCI s project office the LSP (Local Service Provider) is required to provide sewage removal service to CCI s office in Kabul and residential building in Kabul on regular basis. The LSP will be required to provide up to (5-10) tanker every 8 to 9 days and (20-25) tanker services per month and total of (150) one Hundred and fifty trucks in six months period of agreement for both Office and Residence Creative-CCI s office and staff residence. Creative-CCI is located in Shashdarak, House # 5/6 Street # 02, PD9 Kabul Afghanistan. The tanker and mini-trucks are not allowed to enter to this restrictive area during the day unless it has an authorization letter from Police District 2 or Police District 9. The LSP must obtain such
authorization from Police Districts. Creative-CCI may assist with obtaining a letter from its Client for the LSP if required to ease the process of obtaining such authorization, but it is the responsibility of the LSP to obtain such authorization. The LSP is required to provide two working phone numbers and respond immediately to Creative-CCI request for services. This will be an on-call service, in addition to a regular schedule, which may include services on weekend and holidays as needed. The LSP is required to clean at its own expenses environmental hazards that it causes in the process of providing the services. The LSP is also required to re-open the septic tank cover-drain at no additional cost to Creative-CCI if it gets blocked.n support of CCI s operations, the LSP (Local Service Provider) is required to provide mobile top up cards every month, an estimate number of150 X 500 AFA cards-per month and 900 cards for six months period. The LSP shall also be required to provide top up cards anytime when requested by Creative-CCI. DESCRIPTION OF SCOPE OF WORK: - Standard Sewage Removal Tanker (18000 liters) - Best Price for Sewage Removal - Sewage Removal on time - 24 hours on call service - Standard Gage for Sewage Removal - Expert staff for Sewage Removal and cleaning Document for Vetting - Full Name of business owner - Address (Business and Residence) - Telephone/Fax/Email - Name as it appears on passport of government issued ID - ID number (list ID type, and the government which issued it) - Place of birth - Date of birth - Any other name used (nickname, etc) - Gender - Current employer/job title - Occupation - Citizenship - Tribal affiliation and clan (for Afghan Citizen) - Bank name, plus account number - Color copy of photo identification - Color copy of business license - Color copy of passport
Attachment A: Bill of Quantity Name of Offeror: Business License Number: Address: Telephone No. Item Unit Qty Drainage / Cleaning of septic well, for six months period. Tanker 150 Unit Price Total Price TOTAL COST AFS 1. Description of Warranty (include name, address, and telephone number of the authorized in country service maintenance provider) 2. Delivery time (Offerors are expected to propose an implementation schedule for supply and delivery.) Signature: Name: Title: Date:
Attachment B STATEMENT ON RULES ON SOURCE/NATIONALITY FOR COMMODITIES AND SERVICES FINANCED BY USAID [CITE: 22CFR228.11], [CITE: 22CFR228.14] Hereby the Offeror certifies that: He/she has thoroughly studied the Section 2.2 of this RFQ containing Rules on Source, Origin, and Nationality for Commodities and services financed by USAID [CITE: 22CFR228.11], [CITE: 22CFR228.14] and his/her company as well as all the components and commodities being offered in his/her Offer to this RFQ meet all required source, origin and nationality eligibility criteria as specified under Section 2.2 of this RFQ. Name Title Signature Date