Request
for Quotations (RFQ)
for Quotations (RFQ)
RFQ
Number:
Soma Umenye 0536
Number:
Soma Umenye 0536
Issuance
Date:
June 23, 2017
Date:
June 23, 2017
Deadline
for Offers: 13:00 local Kigali time
on Friday July 7, 2017
for Offers: 13:00 local Kigali time
on Friday July 7, 2017
Description:
RFQ for Transport Services Agreement
RFQ for Transport Services Agreement
For:
Rwand
Rwand
Funded
By:
United States Agency for International Development (USAID),
By:
United States Agency for International Development (USAID),
IDIQ
Contract No. AID-OAA-I-14-00055, Task Order AID-696-TO-16-00001
Contract No. AID-OAA-I-14-00055, Task Order AID-696-TO-16-00001
Implemented
By: Chemonics
International Inc.
By: Chemonics
International Inc.
Point
of Contact:
Rwanda Soma Umenye Operations
of Contact:
Rwanda Soma Umenye Operations
rwandasomaumenyeoperations@gmail.com
*****
ETHICAL AND BUSINESS CONDUCT REQUIREMENTS *****
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 http://www.chemonics.com/OurStory/OurMissionAndValues/Standards-of-Business-Conduct/Pages/default.aspx.
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 http://www.chemonics.com/OurStory/OurMissionAndValues/Standards-of-Business-Conduct/Pages/default.aspx.
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 USAID and the Office of the
Inspector General.
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 USAID 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 USAID and the Office of the
Inspector General. In addition, Chemonics will inform USAID 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.
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 USAID and the Office of the
Inspector General. In addition, Chemonics will inform USAID 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:
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 the Soma Umenye PMU, RwandaSomaUmenye@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’ Washington office through the contact information listed on the
website found at the hyperlink above.
contact the Soma Umenye PMU, RwandaSomaUmenye@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’ Washington office through the contact information listed on the
website found at the hyperlink above.
Section
1: Instructions to Offerors
1: Instructions to Offerors
1.
Introduction: The Soma Umenye Activity is a USAID program implemented by
Chemonics Soma Umenye LLC in Rwanda. The goal of the Soma Umenye Activity is to
improve reading outcomes in Kinyarwanda for at least 1 million children in
public and government-aided schools in Rwanda. Specifically, Soma Umenye will
target all children in Grades P1-P3 attending public and government-aided
schools nationwide and ensure that at least 70 percent of students are able to
read grade level text with fluency and comprehension. As part of project
activities, the Soma Umenye Activity requires the hiring of vehicles to
transport its personnel for project activities within and outside Kigali,
Rwanda.
Introduction: The Soma Umenye Activity is a USAID program implemented by
Chemonics Soma Umenye LLC in Rwanda. The goal of the Soma Umenye Activity is to
improve reading outcomes in Kinyarwanda for at least 1 million children in
public and government-aided schools in Rwanda. Specifically, Soma Umenye will
target all children in Grades P1-P3 attending public and government-aided
schools nationwide and ensure that at least 70 percent of students are able to
read grade level text with fluency and comprehension. As part of project
activities, the Soma Umenye Activity requires the hiring of vehicles to
transport its personnel for project activities within and outside Kigali,
Rwanda.
The
purpose of this RFQ is to solicit quotations from eligible suppliers for
as-needed, ad hoc hire of sport utility vehicles. As a result of this RFQ, the
Soma Umenye Activity anticipates issuing a Transportation Services Agreement
(TSA) to establish specific prices and parameters for hiring these services.
This will allow the Soma Umenye Activity to issue specific purchase orders, on
an as-needed basis, for the procurement of these services over the next twelve
(12) months. The supplier(s) shall furnish the services described as requested
in writing by Chemonics under the TSA. Chemonics Soma Umenye is only obligated
to pay services ordered through specific written requests issued under any
issued TSA and delivered by the Supplier in accordance with the
terms/conditions of the TSA.
purpose of this RFQ is to solicit quotations from eligible suppliers for
as-needed, ad hoc hire of sport utility vehicles. As a result of this RFQ, the
Soma Umenye Activity anticipates issuing a Transportation Services Agreement
(TSA) to establish specific prices and parameters for hiring these services.
This will allow the Soma Umenye Activity to issue specific purchase orders, on
an as-needed basis, for the procurement of these services over the next twelve
(12) months. The supplier(s) shall furnish the services described as requested
in writing by Chemonics under the TSA. Chemonics Soma Umenye is only obligated
to pay services ordered through specific written requests issued under any
issued TSA and delivered by the Supplier in accordance with the
terms/conditions of the TSA.
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
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.
described in this RFQ may lead to disqualification of an offer from
consideration.
2.
Offer Deadline and Protocol: Offers must be received no later than
13:00 local Kigali time on Friday, July 7, 2017 by email delivery. All emailed
offers must be emailed to rwandasomaumenyeoperations@gmail.com.
Offer Deadline and Protocol: Offers must be received no later than
13:00 local Kigali time on Friday, July 7, 2017 by email delivery. All emailed
offers must be emailed to rwandasomaumenyeoperations@gmail.com.
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.
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.
3.
Questions:Questions
regarding the technical or administrative requirements of this RFQ may be
submitted no later than 13:00 local Kigali time on Friday, June 30, 2017 by
email to rwandasomaumenyeoperations@gmail.com.
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.
Questions:Questions
regarding the technical or administrative requirements of this RFQ may be
submitted no later than 13:00 local Kigali time on Friday, June 30, 2017 by
email to rwandasomaumenyeoperations@gmail.com.
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.
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.
4.
Specifications:
Section 3 contains the technical specifications of the transportation services
required. Section 4 contains a cover letter that offerors must complete for the
evaluation.
Specifications:
Section 3 contains the technical specifications of the transportation services
required. Section 4 contains a cover letter that offerors must complete for the
evaluation.
Please
note that, unless otherwise indicated, stated brand names or models are for
illustrative description only. An equivalent substitute, as determined by the
specifications, is acceptable.
note that, unless otherwise indicated, stated brand names or models are for
illustrative description only. An equivalent substitute, as determined by the
specifications, is acceptable.
5.
Quotations: Quotations
in response to this RFQ must be priced on a fixed-price, all-inclusive basis,
including delivery and all other costs. Pricing must be presented in Rwandan
Francs. 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.
Quotations: Quotations
in response to this RFQ must be priced on a fixed-price, all-inclusive basis,
including delivery and all other costs. Pricing must be presented in Rwandan
Francs. 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.
In
addition, offerors responding to this RFQ are requested to submit the
following:
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. - Individuals
responding to this RFQ are requested to submit a copy of their
identification card.
6.
Delivery: The
delivery location for the services described in this RFQ is Rwanda. 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.
Delivery: The
delivery location for the services described in this RFQ is Rwanda. 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.
7.
Source/Nationality/Manufacture: All goods and services offered in
response to this RFQ or supplied under any resulting award must meet USAID
Geographic Code 935 in accordance with the United States Code of Federal
Regulations (CFR), 22 CFR §228. The cooperating country for this RFQ is
Rwanda.
Source/Nationality/Manufacture: All goods and services offered in
response to this RFQ or supplied under any resulting award must meet USAID
Geographic Code 935 in accordance with the United States Code of Federal
Regulations (CFR), 22 CFR §228. The cooperating country for this RFQ is
Rwanda.
Offerors
may not offer or supply any commodities or services that are
manufactured or
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: Burma (Myanmar), Cuba, Iran, North Korea, Sudan, Syria.
in, shipped from, transported through, or otherwise involving any of the
following countries: Burma (Myanmar), Cuba, Iran, North Korea, Sudan, Syria.
8.
Taxes and VAT:
In accordance with the agreement under which this procurement is financed,
Chemonics will be reimbursed by the Rwandan government for taxes imposed on
suppliers and subcontractors. Therefore, offerors must include taxes, VAT,
charges, tariffs, duties and levies in accordance with the laws of Rwanda. If
selected for award, the selected supplier will cooperate in providing Chemonics
with the documentation necessary to obtain tax reimbursement.
Taxes and VAT:
In accordance with the agreement under which this procurement is financed,
Chemonics will be reimbursed by the Rwandan government for taxes imposed on
suppliers and subcontractors. Therefore, offerors must include taxes, VAT,
charges, tariffs, duties and levies in accordance with the laws of Rwanda. If
selected for award, the selected supplier will cooperate in providing Chemonics
with the documentation necessary to obtain tax reimbursement.
9.
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.
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.
10.
Evaluation and Award: The award will be made to a
responsible offeror whose offer follows the RFQ instructions, meets eligibility
requirements, and is determined via a trade-off analysis to be the best value
based on application of the following evaluation criteria. The relative
importance of each individual criterion is indicated by the number of points
below:
Evaluation and Award: The award will be made to a
responsible offeror whose offer follows the RFQ instructions, meets eligibility
requirements, and is determined via a trade-off analysis to be the best value
based on application of the following evaluation criteria. The relative
importance of each individual criterion is indicated by the number of points
below:
- Technical
– 30
points: Responsiveness to the technical specifications and requirements
and the degree to which the offeror can provide the requested
vehicles/specifications. - Delivery
– 10
points: The amount of time between issuance of an order and the delivery
of a vehicle and driver to the required location - Past
Performance – 20
points: Based on at least three (3) client references for
recently-supplied transportation services of similar nature within the
quoted location (district and province in Rwanda) - Price
– 40
points: The overall cost presented in the offer.
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.
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.
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:
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 Soma Umenye
Project. - Chemonics
may cancel this RFQ at any time.
Please
note that in submitting a response to this RFQ, the offeror understands that
USAID 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
Some Umenye Project for consideration, as USAID 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.
note that in submitting a response to this RFQ, the offeror understands that
USAID 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
Some Umenye Project for consideration, as USAID 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.
11.
Terms and Conditions:
This is a Request for Quotations only. Issuance of this RFQ does not in any way
obligate Chemonics, the Soma Umenye Project, or USAID to make an award or pay
for costs incurred by potential offerors in the preparation and submission of
an offer.
Terms and Conditions:
This is a Request for Quotations only. Issuance of this RFQ does not in any way
obligate Chemonics, the Soma Umenye Project, or USAID 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 transportation services agreement. The final fixed
payment amount must be inclusive of all maintenance, storage, and insurance
costs, as well as driver’s salary and related costs..
(c) No commodities or services may be supplied that are
manufactured or assembled in, shipped from, transported through, or otherwise
involving any of the following countries: Burma (Myanmar), Cuba, Iran, North
Korea, Sudan, Syria.
(d) 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.
(e) 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.
(f) The title to any goods supplied under any award resulting
from this RFQ shall pass to Chemonics following delivery and acceptance of the
goods by Chemonics. Risk of loss, injury, or destruction of the goods shall be
borne by the offeror until title passes to Chemonics.
(g) Additionally, in accordance with the United States Code
of Federal Regulations (CFR), 22CFR §228.19(b), offerors must meet the
following criteria:
a. The vehicle is independently owned or leased by the hired
driver or company, and
b. The vehicle will be maintained by the individual or
commercial entity and driven only by the hired driver(s)
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 transportation services agreement. The final fixed
payment amount must be inclusive of all maintenance, storage, and insurance
costs, as well as driver’s salary and related costs..
(c) No commodities or services may be supplied that are
manufactured or assembled in, shipped from, transported through, or otherwise
involving any of the following countries: Burma (Myanmar), Cuba, Iran, North
Korea, Sudan, Syria.
(d) 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.
(e) 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.
(f) The title to any goods supplied under any award resulting
from this RFQ shall pass to Chemonics following delivery and acceptance of the
goods by Chemonics. Risk of loss, injury, or destruction of the goods shall be
borne by the offeror until title passes to Chemonics.
(g) Additionally, in accordance with the United States Code
of Federal Regulations (CFR), 22CFR §228.19(b), offerors must meet the
following criteria:
a. The vehicle is independently owned or leased by the hired
driver or company, and
b. The vehicle will be maintained by the individual or
commercial entity and driven only by the hired driver(s)
Section
2: Offer Checklist
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:
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 specifications of offered equipment (see Section 3
for example format) - Copy
of offeror’s registration or business license (see Section 1.5 for more
details) - 3
professional references or past performances reviews (see Section 1.5 for
more details) - Copies
of yellow cards and insurance information for all offered vehicles (see
Section 11g for more details)
Section
3: Specifications and Technical Requirements
3: Specifications and Technical Requirements
Section
3(a) Specifications
3(a) Specifications
The
table below contains the list of commodities/services that may be ordered under
the TSA. Offerors are requested to state whether they will offer the requested
model or propose a similar model as per the information contained below:
table below contains the list of commodities/services that may be ordered under
the TSA. Offerors are requested to state whether they will offer the requested
model or propose a similar model as per the information contained below:
|
Line
Item
|
Description
|
Column
A |
|
|
|
Category
|
Requested
Model /
Specifications
|
Offered
Model/Specifications
|
|
1.0
|
utility
|
Sport
Toyota
RAV 4 E or equivalent,
|
|
|
Unlimited
mileage with fuel and driver |
|
||
|
Comprehensive
automobile liability policy |
|
||
|
2.0
|
4×4
jeep |
Toyota
LandCruiser/PRADO or equivalent,
|
|
|
Unlimited
mileage with fuel and driver |
|
||
|
Comprehensive
automobile liability policy |
|
||
Section
3(b) Pricing Schedule
3(b) Pricing Schedule
Section
3(a) contains the same line items as Section 3(b). Offerors must fill in this
Section to provide the daily unit pricing for each item inclusive of all
related cost.
3(a) contains the same line items as Section 3(b). Offerors must fill in this
Section to provide the daily unit pricing for each item inclusive of all
related cost.
|
Item
|
Description
and Specifications of Item |
VAT
(RWF) |
Daily
Unit Price Exclusive of VAT (RWF) |
Daily
Unit Price Inclusive of VAT (RWF |
|
1.0
|
Sport
utility Toyota Rav 4 or equivalent, 45 person capacity |
|
|
|
|
|
Unlimited
mileage with fuel and driver within Kigali |
|
|
|
|
|
Unlimited
mileage with fuel and driver outside Kigali |
|
|
|
|
2.0
|
Jeep
4×4: Toyota Land cruiser/PRADO or equivalent 7-8 person capacity |
|
|
|
|
|
Unlimited
mileage with fuel and driver within Kigali |
|
|
|
|
|
Unlimited
mileage with fuel and driver outside Kigali |
|
|
|
Unlimited
mileage with fuel and driver outside Kigali
mileage with fuel and driver outside Kigali
Delivery
time (after receipt of order):___________ calendar days
time (after receipt of order):___________ calendar days
Length
of warranty on offered equipment:______________ years
of warranty on offered equipment:______________ years
Location
of service center(s) for after-sales service, including warranty
repair:_________________
of service center(s) for after-sales service, including warranty
repair:_________________
Section
4: Offer Cover Letter
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:
following cover letter must be placed on letterhead and
completed/signed/stamped by a representative authorized to sign on behalf of
the offeror:
To:
Rwanda Some Umenye Project
Kigali, Rwanda
Rwanda Some Umenye Project
Kigali, Rwanda
Reference:
RFQ No. Soma Umenye 0536
To Whom It May Concern:
RFQ No. Soma Umenye 0536
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.
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 USAID
regulations.
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 USAID
regulations.
Furthermore,
we hereby certify that, to the best of our knowledge and belief:
• We have no close, familial, or financial relationships with
any Chemonics or Soma Umenye 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.
we hereby certify that, to the best of our knowledge and belief:
• We have no close, familial, or financial relationships with
any Chemonics or Soma Umenye 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:___________________________________________________
Signature:___________________________________________________
Name
and Title of Signatory:_____________________________________________
and Title of Signatory:_____________________________________________
Date:________________________________________________________
Company
Name:_______________________________________________________
Name:_______________________________________________________
Company
Address:_____________________________________________________
Address:_____________________________________________________
Company
Telephone and Website:_________________________________________
Telephone and Website:_________________________________________
Company
Registration or Taxpayer ID Number:_______________________________
Registration or Taxpayer ID Number:_______________________________
Company
DUNS Number:_______________________________________________
DUNS Number:_______________________________________________
Does
the company have an active bank account (Yes/No)?______________________
the company have an active bank account (Yes/No)?______________________
Official
name associated with bank account (for payment):______________________
name associated with bank account (for payment):______________________
Section
5: Required Certifications
5: Required Certifications
The
following certification must be completed and submitted with the offeror’s
quotation:
following certification must be completed and submitted with the offeror’s
quotation:
SECTION
5-3: EVIDENCE OF RESPONSIBILITY STATEMENT
5-3: EVIDENCE OF RESPONSIBILITY STATEMENT
EVIDENCE
OF RESPONSIBILITY STATEMENT
OF RESPONSIBILITY STATEMENT
This
statement describes the offeror’s internal policies and procedures, as well as
its ability to comply with the terms and conditions of a potential subcontract
resulting from RFQ No. Soma Umenye-015. The offeror shall complete the
information in this statement as part of its proposal.
statement describes the offeror’s internal policies and procedures, as well as
its ability to comply with the terms and conditions of a potential subcontract
resulting from RFQ No. Soma Umenye-015. The offeror shall complete the
information in this statement as part of its proposal.
Company
Name: _________________________________________
Name: _________________________________________
1.
Authorized Negotiators
Authorized Negotiators
The
offeror’s proposal in response to RFQ No. Soma Umenye-015 may be discussed with
any of the following individuals. These individuals are authorized to represent
our company in negotiation of this proposal.
offeror’s proposal in response to RFQ No. Soma Umenye-015 may be discussed with
any of the following individuals. These individuals are authorized to represent
our company in negotiation of this proposal.
Names
of authorized negotiator(s): _______________________________________________
of authorized negotiator(s): _______________________________________________
These
individuals can be reached at the following office:
individuals can be reached at the following office:
Address:
_______________________________________________
_______________________________________________
Telephone/Email:
________________________________________
________________________________________
2.
Adequate Financial Resources
Adequate Financial Resources
We
hereby certify that the above-named company maintains adequate financial
resources to manage any subcontract resulting from this offer.
hereby certify that the above-named company maintains adequate financial
resources to manage any subcontract resulting from this offer.
3.
Ability to Comply
Ability to Comply
We
certify we are able to comply with the proposed schedule and period of
performance, having taken into consideration all existing business commitments,
commercial as well as governmental.
certify we are able to comply with the proposed schedule and period of
performance, having taken into consideration all existing business commitments,
commercial as well as governmental.
4.
Record of Performance, Integrity, and Business Ethics
Record of Performance, Integrity, and Business Ethics
Our
record of integrity is outstanding. We have no allegations of lack of integrity
or of questionable business ethics. Our integrity can be confirmed by our Past
Performance References, contained in the Technical Volume.
record of integrity is outstanding. We have no allegations of lack of integrity
or of questionable business ethics. Our integrity can be confirmed by our Past
Performance References, contained in the Technical Volume.
5.
Organization, Experience, Accounting and Operational Controls, and
Technical Skills
Organization, Experience, Accounting and Operational Controls, and
Technical Skills
Describe
how the subcontract will be managed: __________________________________________
how the subcontract will be managed: __________________________________________
6.
Equipment and Facilities
Equipment and Facilities
We
maintain the necessary facilities and equipment to carry out the subcontract.
maintain the necessary facilities and equipment to carry out the subcontract.
7.
Eligibility to Receive Award
Eligibility to Receive Award
We
are qualified and eligible to receive an award under applicable laws and
regulation. In addition, we have
are qualified and eligible to receive an award under applicable laws and
regulation. In addition, we have
performed
similar work – describe: ____________________________________________________
similar work – describe: ____________________________________________________
8.
Acceptability of Subcontract Terms and Conditions
Acceptability of Subcontract Terms and Conditions
We
have reviewed the solicitation document and attachments and agree to the terms
and conditions set forth therein.
have reviewed the solicitation document and attachments and agree to the terms
and conditions set forth therein.
I
hereby certify that the above statements are true and accurate, to the best of
my knowledge.
hereby certify that the above statements are true and accurate, to the best of
my knowledge.
Company
Name:_________________________________________
Name:_________________________________________
By
(Signature): __________________ Title: ____________________
(Signature): __________________ Title: ____________________
Printed
Name:
Date:
Name:
Date: