0% found this document useful (0 votes)
69 views17 pages

Afghanistan Value Chain - Livestock (AVC-Livestock) : RFQ-AVCL-KBL-22-0012

This document is a request for quotation (RFQ) from DAI, an implementer of a USAID-funded project in Afghanistan, to provide high fat milk powder in Balkh province. It provides instructions to prospective bidders on bidding procedures, technical specifications, prohibitions, and determination of vendor responsibility. Bidders must submit electronic quotes by February 19, 2022 and the award will go to the responsible bidder providing the lowest evaluated price meeting requirements.

Uploaded by

marakhan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
69 views17 pages

Afghanistan Value Chain - Livestock (AVC-Livestock) : RFQ-AVCL-KBL-22-0012

This document is a request for quotation (RFQ) from DAI, an implementer of a USAID-funded project in Afghanistan, to provide high fat milk powder in Balkh province. It provides instructions to prospective bidders on bidding procedures, technical specifications, prohibitions, and determination of vendor responsibility. Bidders must submit electronic quotes by February 19, 2022 and the award will go to the responsible bidder providing the lowest evaluated price meeting requirements.

Uploaded by

marakhan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 17

RFQ-AVCL-KBL-22-0012

Afghanistan Value Chain – Livestock


(AVC-Livestock)

Request for Quotation (RFQ)

RFQ-AVCL-KBL-22-0012

Provision and Delivery of High Fat Milk Powder for Balkh Province
Issue Date: Feb 7, 2022

WARNING: Prospective Offerors who have received this document from a source other than DAI/AVC-Livestock Project
should immediately contact AVCLbids@dai.com and provide their name and mailing address/email in order that
amendments to the RFP or other communications can be sent directly to them. Any prospective Offeror who fails to
register their interest assumes complete responsibility in the event that they do not receive communications prior to the
closing date. Any amendments to this solicitation will be issued and posted via email.

Offerors submitting incomplete proposals may be disqualified.

Page 1 of 17
RFQ-AVCL-KBL-22-0012

1. Synopsis of the Request for Quotation


DAI, implementer of the USAID-funded AVC-Livestock project, invites qualified vendors to submit
quotations for provision and delivery of high fat Milk Powder in Balkh province.

1. RFQ No. RFQ-AVCL-KBL-22-0012


2. Issue Date February 7, 2022
3. Title Provision and Delivery of High Fat Milk Powder in Balkh Province
4. Submission Due to COVID-19, all submissions must be done electronically.
Please submit your quotation by email to: AVCLbids@dai.com
Subject should be: “Bidder Company Name – RFQ-AVCL-KBL-22-0012” Sending to
other e-mail addresses may lead to disqualification of your bid.
5. Deadline for Receipt of 4:00 PM, Kabul local time on February 19, 2022
Quotes
6. Point of Contact AVCLbids@dai.com
Each Bidder is responsible for reading very carefully and fully understanding the
terms and conditions of this RFQ. It is each interested bidder’s responsibility to
check for any modification or update prior to submitting their final bid.
7. Anticipated Award Type DAI anticipates issuing Firm Fixed Price Purchase Order (FFPPO).
8. Basis for Award An award will be made to the responsible bidder whose bid is responsive to the
terms of the RFQ and is most advantageous to DAI, considering price or/and
other factors included in the RFQ. To be considered for award, bidders must
meet the requirements identified in Section 12, “Determination of
Responsibility”. No discussions or negotiations are permitted with bidders, and
therefore bidders shall submit their best and final price.
9. General Instructions to • Deadline for receipt of quotations is 4:00 PM, Kabul local time on
Bidders February 19, 2022. Late offers will be rejected except under extraordinary
circumstances at DAI’s discretion.
• Bidders shall submit quotes electronically to AVCLbids@dai.com
• The vendor fully understands that their quote must be valid for a period of
90 days.
• Bidders shall sign and date their quotation.
• All quotations shall be in English language
• Bidders shall complete Attachment B: Price Schedule template.

The award will be issued to the responsible Offeror submitting the lowest
evaluated price that meets or exceeds the specification.

Issuance of this RFQ in no way obligates DAI to award a subcontract or purchase


order and Bidders will not be reimbursed for any costs associated with the
preparation of their quote. DAI also reserves the right to contract multiple
providers for some or all of the services requested.
10. Technical Specifications See attachment A below.
11. Prohibited Bidders MUST NOT provide any goods and/or services that utilize
Technology telecommunications and video surveillance products from the following
companies: Huawei Technologies Company, ZTE Corporation, Hytera
Communications Corporation, Hangzhou Hikvision Digital Technology Company,
or Dahua Technology Company, or any subsidiary or affiliate thereof, in
compliance with FAR 52.204-25.

Page 2 of 17
RFQ-AVCL-KBL-22-0012

12. Determination of DAI will not enter into any type of agreement with a vendor prior to ensuring the
Responsibility vendor’s responsibility. When assessing a vendor’s responsibility, the following
factors are taken into consideration:
1. Provide copies of the required business licenses to operate in the host
country.
2. Evidence of a DUNS number (explained below and instructions contained in
the Annex).
3. The source, origin and nationality of the services are not from a Prohibited
Country (explained below).
4. Ability to comply with required or proposed delivery or performance
schedules.
13. Geographic Code • Under the authorized geographic code for its contract DAI may only procure
goods and services from the following countries.
• Geographic Code 935: Goods and services from any area or country including
the cooperating country, but excluding Prohibited Countries.
• DAI must verify the source, nationality and origin, of goods and services and
ensure (to the fullest extent possible) that DAI does not procure any services
from prohibited countries listed by the Office of Foreign Assets Control
(OFAC) as sanctioned countries. The current list of countries under
comprehensive sanctions include Cuba, Iran, North Korea, Sudan, and Syria.
DAI is prohibited from facilitating any transaction by a third party if that
transaction would be prohibited if performed by DAI.
By submitting a quote in response to this RFQ, Bidders confirm that they are not
violating the Source and Nationality requirements and that the services comply
with the Geographic Code and the exclusions for prohibited countries.
14. Data Universal All U.S. and foreign organizations which receive first-tier subcontracts/ purchase
Numbering System orders with a value of $30,000 and above are required to obtain a DUNS number
(DUNS) prior to signing of the agreement. Organizations are exempt from this
requirement if the gross income received from all sources in the previous tax
year was under $300,000. DAI requires that Bidders sign the self-certification
statement if the Bidder claims exemption for this reason.
For those required to obtain a DUNS number, you may request Attachment E:
Instructions for Obtaining a DUNS Number.
For those not required to obtain a DUNS number, you may request Attachment
D: Self-Certification for Exemption from DUNS Requirement
15. Compliance with Terms Bidder shall be aware of the general terms and conditions for an award resulting
and Conditions from this RFQ. The selected Bidder shall comply with all Representations and
Certifications of Compliance listed in Attachment B.
16. Anti-Corruption and DAI conducts business under the strictest ethical standards to assure fairness in
Anti-Bribery Policy and competition, reasonable prices and successful performance or delivery of quality
Reporting goods and equipment. DAI does not tolerate the following acts of corruption:
Responsibilities • Any requests for a bribe, kickback, facilitation payment or gratuity in the form
of payment, gift or special consideration by a DAI employee, Government
official, or their representatives, to influence an award or approval decision.
• Any offer of a bribe, kickback, facilitation payment or gratuity in the form of
payment, gift or special consideration by an offeror or subcontractor to
influence an award or approval decision.
• Any fraud, such as mis-stating or withholding information to benefit the
offeror or subcontractor.
• Any collusion or conflicts of interest in which a DAI employee, consultant, or
representative has a business or personal relationship with a principal or owner
of the offeror or subcontractor that may appear to unfairly favor the offeror or

Page 3 of 17
RFQ-AVCL-KBL-22-0012

subcontractor. Subcontractors must also avoid collusion or conflicts of interest


in their procurements from vendors. Any such relationship must be disclosed
immediately to DAI management for review and appropriate action, including
possible exclusion from award.
These acts of corruption are not tolerated and may result in serious
consequences, including termination of the award and possible suspension and
debarment by the U.S. Government, excluding the offeror or subcontractor from
participating in future U.S. Government business.
Any attempted or actual corruption should be reported immediately by either
the offeror, subcontractor or DAI staff to:
• Toll-free Ethics and Compliance Anonymous Hotline at (U.S.) +1-
503-597-4328
• Hotline website – www.DAI.ethicspoint.com, or
• Email to Ethics@DAI.com
• USAID’s Office of the Inspector General Hotline at
hotline@usaid.gov.
By signing this proposal, the offeror confirms adherence to this standard and
ensures that no attempts shall be made to influence DAI or Government staff
through bribes, gratuities, facilitation payments, kickbacks or fraud. The offeror
also acknowledges that violation of this policy may result in termination,
repayment of funds disallowed by the corrupt actions and possible suspension
and debarment by the U.S. Government.

17. Payment Terms Bidder understands and agrees to DAI payment terms, whereby payment is made
after the completion of the services and within 30 days of receipt of a correct
invoice.

1.1 Attachment A: Detailed Technical Specifications

Offerors should bid on the below specified Equipment.

Item
Item Description Unit of Measure Quantity
No.
Purchase of High Fat Milk Powder
Specification:
1 Kg 17,500
• 700 bags (25 kgs/bag)

Information about ingredients of Milk Powder


No Compounds
1 Nutreints 100mg
2 Proteins 1.5g
3 Fats 26.0g
4 Carbohydrates 68.0g
5 Mineral Supplements 1.3g
6 Humidity 3.0g
7 Energy Capacity 512 kal

Page 4 of 17
RFQ-AVCL-KBL-22-0012

Sample Picture of High Fat Milk Powder:

Delivery Location: Balkh Province

Page 5 of 17
RFQ-AVCL-KBL-22-0012

1.2 Attachment B: Price Schedule

Notes to quotations:
• Please complete the company statement letter template at the end of the price schedule also
• Please consider the technical specifications and other requirements of the contracts in Section A
above
Unit Price
# Item Notes Unit Qty Total Price USD
USD
Provision of High Fat Milk Powder Delivery is required. The
Specification: price should be inlusive of
1 Kg 17,500
• 700 bags (25 kgs/bag) tax, admin cost, profit
margin, delivery costs.
GRAND TOTAL USD

Delivery Period: ( ) calendar days after award.

Special Clause:
Given the current circumstances in Afghanistan and high exchange rate fluctuation, DAI invites the
offerors to submit their prices in US Dollars. The following conditions applies:
• DAI will award PO/BPA/Subcontract in USD currency. The vendor will be invoicing DAI in USD
currency per the contract.
• DAI will pay the vendor in local currency i.e. (Afghani) converting the USD invoiced amount to
Afghani currency using exchange rate of the day that the payment is being paid.
• DAI will always apply Afghanistan International Bank (AIB) exchange rate for conversion of the
USD invoiced amount to Afghani currency.

By submitting quotation / Proposal in response to this solicitation, the offerors acknowledge and consent
to the conditions stipulated above and further affirms that the decision on using AIB exchange rate is
irrevocable and release DAI from further claims and disputes that may arise with regards to the differences
between the AIB exchange rate and other official and unofficial currency exchange rates in Afghanistan.

Page 6 of 17
RFQ-AVCL-KBL-22-0012

To: DAI Global, LLC , Afghanistan Value Chain – Livestock Project


Darya Village, Hawashenasi Road, 9th District, Kabul, Afghanistan

We, the undersigned, provide the attached quotation in accordance with RFQ-AVCL-KBL-22-0012 for the Provision
and Delivery of High Fat Milk Powder for Balkh Province, issued on Feb 7, 2022.

I certify a validity period ninety (90) days for the prices provided in the attached quotation. Our quotation shall be
binding upon us, subject to the modifications resulting from any discussions.

We understand that DAI is not bound to accept any proposal it receives.

Yours sincerely, Company Seal/Stamp:

Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
Telephone:
Email:

Page 7 of 17
RFQ-AVCL-KBL-22-0012

1.3 Attachment C: Representations and Certifications of Compliance


1. Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or determined
ineligible for an award of a contract by any Federal agency.

2. Executive Compensation Certification- FAR 52.204-10 requires DAI, as prime contractor of U.S. federal
government contracts, to report compensation levels of the five most highly compensated subcontractor
executives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS)

3. Executive Order on Terrorism Financing- The Contractor is reminded that U.S. Executive Orders and U.S.
law prohibits transactions with, and the provision of resources and support to, individuals and organizations
associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with
these Executive Orders and laws. Recipients may not engage with, or provide resources or support to,
individuals and organizations associated with terrorism. No support or resources may be provided to
individuals or entities that appear on the Specially Designated Nationals and Blocked persons List
maintained by the US Treasury (online at www.SAM.gov) or the United Nations Security Designation List
(online at: http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml). This provision must be included
in all subcontracts/sub awards issued under this Contract.

4. Trafficking of Persons – The Contractor may not traffic in persons (as defined in the Protocol to Prevent,
Suppress, and Punish Trafficking of persons, especially Women and Children, supplementing the UN
Convention against Transnational Organized Crime), procure commercial sex, and use forced labor during
the period of this award.

5. Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions – The Bidder
certifies that it currently is and will remain in compliance with FAR 52.203-11, Certification and Disclosure
Regarding Payment to Influence Certain Federal Transactions.

6. Organizational Conflict of Interest – The Bidder certifies that will comply FAR Part 9.5, Organizational
Conflict of Interest. The Bidder certifies that is not aware of any information bearing on the existence of any
potential organizational conflict of interest. The Bidder further certifies that if the Bidder becomes aware of
information bearing on whether a potential conflict may exist, that Bidder shall immediately provide DAII with
a disclosure statement describing this information
7. Prohibition of Segregated Facilities - The Bidder certifies that it is compliant with FAR 52.222-21, Prohibition
of Segregated Facilities.

8. Equal Opportunity – The Bidder certifies that it does not discriminate against any employee or applicant for
employment because of age, sex, religion, handicap, race, creed, color or national origin.

9. Labor Laws – The Bidder certifies that it is in compliance with all labor laws.

10. Federal Acquisition Regulation (FAR) – The Bidder certifies that it is familiar with the Federal Acquisition
Regulation (FAR) and is in not in violation of any certifications required in the applicable clauses of the FAR,
including but not limited to certifications regarding lobbying, kickbacks, equal employment opportunity,
affirmation action, and payments to influence Federal transactions.

11. Employee Compliance – The Bidder warrants that it will require all employees, entities and individuals
providing services in connection with the performance of an DAI Purchase Order to comply with the provisions
of the resulting Purchase Order and with all Federal, State, and local laws and regulations in connection with
the work associated therein.

By submitting a quote, bidders agree to fully comply with the terms and conditions above and all applicable U.S.
federal government clauses included herein and will be asked to sign these Representations and Certifications
upon award.

Page 8 of 17
RFQ-AVCL-KBL-22-0012
1.4 Attachment D: Self Certification for Exemption from DUNS Requirement

Self-Certification for Exemption from DUNS Requirement


For Subcontractors and Vendors

Legal Business Name:

Physical Address:

Physical City:

Physical Foreign Province (if applicable):

Physical Country:

Signature of Certifier

Full Name of Certifier (Last Name, First/Middle


Names):

Title of Certifier:

Date of Certification (mm/dd/yyyy):

The sub-contractor/vendor whose legal business name is provided herein, certifies that we are an
organization exempt from obtaining a DUNS number, as the gross income received from all sources in
the previous tax year is under USD $300,000.

*By submitting this certification, the certifier attests to the accuracy of the representations and
certifications contained herein. The certifier understands that s/he and/or the sub-contractor/vendor
may be subject to penalties, if s/he misrepresents the sub-contractor/vendor in any of the
representations or certifications to the Prime Contractor and/or the US Government.

The sub-contractor/vendor agrees to allow the Prime Contractor and/or the US Government to verify the company
name, physical address, or other information provided herein. Certification validity is for one year from the date of
certification.

Page 9 of 17
RFQ-AVCL-KBL-22-0012
1.5 Attachment E: Instructions for Obtaining a DUNS Number – DAI’s Vendors, Subcontractors

INSTRUCTIONS FOR OBTAINING A DUNS NUMBER


DAI’S
Note: There is a Mandatory VENDORS,for
Requirement SUBCONTRACTORS & to
your Organization GRANTEES
Provide a DUNS number to DAI
I. SUBCONTRACTS/PURCHASE ORDERS: All domestic and foreign organizations which receive
first-tier subcontracts/ purchase orders with a value of $30,000 and above are required to obtain a DUNS
number prior to signing of the agreement. Your organization is exempt from this requirement if the gross
income received from all sources in the previous tax year was under $300,000. Please see the self-
certification form attached.
II. MONETARY GRANTS: All foreign entities receiving first-tier monetary grants (standard,
simplified and FOGs) with a value equal to or over $25,000 and performing work outside the U.S. must
obtain a DUNS number prior to signing of the grant. All U.S. organizations who are recipients of first-tier
monetary grants of any value are required to obtain a DUNS number; the exemption for under $25,000
applies to foreign organizations only.
NO SUBCONTRACTS/POs ($30,000 + above) or MONETARY GRANTS WILL BE SIGNED BY DAI
WITHOUT PRIOR RECEIPT OF A DUNS NUMBER.

Note: The determination of a successful offeror/applicant resulting from this RFP/RFP/RFA is contingent upon the
winner providing a DUNS number to DAI. Organizations who fail to provide a DUNS number will not receive an
award and DAI will select an alternate vendor/subcontractor/grantee.
--------------------------------------------------------------------------------------------------------------------------

Background:
Summary of Current U.S. Government Requirements- DUNS

The Data Universal Numbering System (DUNS) is a system developed and managed by Dun and Bradstreet that
assigns a unique nine-digit identifier to a business entity. It is a common standard world-wide and users include
the U.S. Government, European Commission, and the United Nations. The DUNS number will be used to better
identify related organizations that are receiving U.S. federal funding, and to provide consistent name and address
data for electronic application systems.

Instructions detailing the process to be followed in order to obtain a DUNs number for your organization begin
on the next page.

Page 10 of 17
RFQ-AVCL-KBL-22-0012
THE PROCESS FOR OBTAINING A DUNS NUMBER IS OUTLINED BELOW:

1. Log on to the D&B (Dun & Bradstreet) DUNS registration website to begin the process of obtaining a
DUNS number free of charge.
http://fedgov.dnb.com/webform/index.jsp

Please note there is a bar on the left for Frequently Asked Questions as well as emails and
telephone numbers for persons at Dun & Bradstreet for you to contact if you have any questions
or difficulties completing the application on-line. DAI is not authorized to complete the
application on your organization’s behalf; the required data must be entered by an authorized
official of your organization.

2. Select the Country where your company is physically located.

3. You will first be asked to search the existing DUNS database to see whether a DUNS number already
exists for your organization/entity. Subcontractors/grantees who already have a DUNS number may
verify/update their DUNS records.

4. Potential DAI subcontractors/vendors/grantees who do not already have a DUNS number will be
shown the screen below. To request a new DUNS Number, the “Request a New D-U-N-S Number”
button needs to be selected.

Page 11 of 17
RFQ-AVCL-KBL-22-0012
5. Enter the information regarding your organization listed on the next three screens. (See screen
shots below.) Make sure you have the following information available (in English) prior to beginning
the process of entering this section in order to ensure successful registration.

➢ Legal Business Name (commas are allowed, periods are not allowed)
➢ Address
➢ Phone
➢ Name of Owner/Executive
➢ Total Number of Employees
➢ Annual Sales or Revenue (US Dollar equivalent)
➢ Description of Operations

6. Note that some fields are Optional, however all other fields must be completed to proceed further
with the application process. For example, all applicants must complete the Organization
Information sections. The Company Name and Physical Address fields are self-populated based on
information previously entered during the initial DUNS search. The question marks to the left of the
field provide additional information when you click on them.

7. You must select the legal structure of your organization from the pull down menu. To assist you in
selecting the appropriate structure that best represents your organization, a brief description of the
various types follows:

• Corporation – A firm that meets certain legal requirements to be chartered by the


state/province in which it is headquartered by the filing of articles of incorporation. A
corporation is considered by law to be an entity separate and distinct from its owners. It can be
taxed; it can be sued; it can enter into contractual agreements.

Page 12 of 17
RFQ-AVCL-KBL-22-0012
• Government - central, province/state, district, municipal and other U.S. or local government
entities. Includes universities, schools and vocational centers owned and operated by the
government.
• Limited Liability Company (LLC) - This is a type of business ownership combining several
features of corporation and partnership structures. It is designed to provide the limited liability
features of a corporation and the tax efficiencies and operational flexibility of a partnership. Its
owners have limited personal liability for the LLC’s debts and obligations, similar to the status of
shareholders in a corporation. If your firm is an LLC, this will be noted on the organizations
registration and licensing documents.
• Non-profit - An entity which exists for charitable reasons and is not conducted or maintained for
the purpose of making a profit. Any money earned must be retained by the organization, and
used for its own expenses, operations, and programs. Most organizations which are registered
in the host country as a non-governmental organization (NGO) rather than as a commercial
business are anon-profit entities.
Community based organizations, trade associations, community development councils, and similar
entities which are not organized as a profit making organization should select this status, even if your
organization is not registered formally in country as an NGO.
• Partnership- a legal form of operation in which two or more individuals carry on a continuing
business for profit as co-owners. The profits and losses are shared proportionally.
• Proprietorship-These firms are owned by one person, usually the individual who has day-to-day
responsibility for running the business. Sole proprietors own all the assets of the business and
the profits generated by it.

8. One of the most important fields that must be filled in is the Primary SIC code field. (See screen shot
below.) The Primary Standard Industrial Code classifies the business’ most relevant industry and
function.

Page 13 of 17
RFQ-AVCL-KBL-22-0012
9. If you are unsure of which SIC Code your organization’s core business falls under, please refer to the
following website: http://www.osha.gov/oshstats/sicser.html

Page 14 of 17
RFQ-AVCL-KBL-22-0012
You will need to enter certain keywords to bring up the potential SIC Codes. In the case above,
“Research” was entered as the keyword, and resulted in the following:

PLEASE NOTE: Many of the DAI subcontractors and grantees fall under one of the following SIC codes:
8742 Management Consulting Services
1542 General Contractors-Nonresidential Buildings, Other than Industrial Buildings and Warehouses or
one of the codes within:

Industry Group 357: Computer And Office Equipment


Industry Group 355: Special Industry Machinery, Except Metalworking
Industry Group 356: General Industrial Machinery And Equipment
Industry Group 359: Miscellaneous Industrial And Commercial

Page 15 of 17
RFQ-AVCL-KBL-22-0012

10. Description of Operations- Enter a brief description of the primary services you provide the example
below, “agricultural technical assistance” was chosen as the primary function of the business.

Page 16 of 17
RFQ-AVCL-KBL-22-0012
11. The Annual Sales or Revenue figure should be provided in USD (US Dollar) equivalent.
12. Once all of the fields have been completed, click on “Submit Your Request” to be taken to the
Verification page.
13. Note: Representative (Principal, Owner or Officer) needs to verify and provide affirmation regarding
the accuracy of the data under criminal or civil penalties as per Title 18, Section 1001 of the US
Criminal Code.
14. Once “Yes, Continue” button is clicked, the registration application is sent to D&B, and a DUNS
number should be available within 24-48 hours. DUNS database can be checked in 24-48 hours by
entering the Business Information in the Search window – which should now display a valid result
with the new DUNS number for the entity.

Page 17 of 17

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy