Cultivating New Frontiers in Agriculture (CNFA),Supply of 07 vehicles

RFQ
Number:
HW-
2017-10-004
Issuance
Date:
December
5, 2017
Deadline
for Questions:
December15,2017
Deadline
for Offers:
December
22, 2017
Description:
Supply
of 07 vehicles
For:
Feed
the Future Rwanda Hinga Weze
Funded
By:
USAID

AID-696-C-17-00001
Implemented
By:
CNFA
Point
of Contact
Mr.
Daniel Gies, Chief of Party
KG
28 AV, 7, Kimihurura- Gasabo District
hingaweze@cnfarwanda.org

1.  
 Introduction:
The
Feed the Future Rwanda Hinga Weze is a USAID program implemented by CNFA
in Rwanda. The goal of the Feed the Future Rwanda Hinga Weze project is
to sustainably increase smallholder farmers’ income, improve nutritional status
of Rwandan women and children, and increase the resilience of the agriculture
and food systems to the changing climate.
As
part of project activities, the Feed the Future Rwanda Hinga Weze
Project requires the purchase ofseven(7) 4X4 Pick up Double Cabvehicles for the
Project’s use during its implementation. The purpose of this Request for
Quotations (RFQ) is to solicit quotations for these items.
Offerors
are responsible for ensuring that their offers are received by CNFA 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.
2.  
 Offer Deadline and Protocol:
Offers must be received no later than
06:00 PM, Kigali City, on December 22, 2017. Offers must be submitted
byemail or hard copy delivery to the Feed the Future Rwanda Hinga Weze’s
office. Any emailed offers must be emailed to:  hingaweze@cnfarwanda.org
while any hard copy deliveries must be stamped and signed by the offeror’s
authorized representative and delivered to the Feed the Future Rwanda Hinga
Weze’s office located atKV 28 AV, House 7, Kimihurura/Gasabo District,
Kigali, Rwanda.
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 CNFA. The cover page of this solicitation summarizes the
important dates of the solicitation process. Offerors must strictly follow the
provided deadlines to be considered for award.
3.  
 Questions:
Questions
regarding the technical or administrative requirements of this RFQ may be
submitted no later than 05:00 PM/Kigali time on December 15, 2017
by email to hingaweze@cnfarwanda.org.
Questions must be submitted in writing; phone calls will not be accepted.
Questions and requests for clarification -and the responses thereto-that CNFA
believes may be of interest to other offerors will be circulated to all RFQ
recipients who have indicated an interest in bidding on December 18, 2017.
Only
the written answers issued by CNFA will be considered official and carry weight
in the RFQ process and subsequent evaluation. Any verbal information received
from employees of CNFA or any other entity should not be considered as an
official response to any questions regarding this RFQ.
4.  
 Technical Requirements:
The table below contains the technical
requirements of the commodities/services. Offerors are requested to provide
quotations containing the information below on official letterhead or official
quotation format. All commodities offered in response to this RFQ must be new
and unused. 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.
Line
Item
Item
Description
Qty
Items
Specifications
Unit
Price
Price
in Rwf/ exclusive of taxes
Total
Price
Rwf
1
4X4
Pick up Double Cab
07
WD
Manual
Engine
4
cylinders
2500cc
or 3000CC
Diesel
Turbo
Left
-hand drive
/
Manual Transmission 5-Speed Floor Shift
/
Central Lock System
Model
2016 -2017, Tropicalized for Rwanda Altitude
High
Altitude Compensator
2
Accessories
1
TJM
Bull Bar
1
Radio
AM/FM/USB Playerar
1
Tool
box
1
Spare
tire
1
Fire
extinguisher
1
Stainless
Nerf Bars
1
Vehicle
manual
Subtotal:
Delivery
Costs:
Other
Costs (Describe:______________________) :
GRAND
TOTAL
Rwf:
Delivery
time (after receipt of order):
            
 calendar days
Length
of warranty on offered equipment:
                
 years
Location
of service center(s) for after-sales service, including warranty repair:                                                         
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 Rwf
currency. As a USAID sponsored Contractor, CNFA is exempted from being charged
import duties and other eligible taxes and therefore, offers must indicate
detailedprice for items and relevant taxes. Offers must remain valid for not
less than sixty (60) calendar days after the offer deadline. Offerors are
requested to provide quotations on official letterhead or format; in the event
this is not possible, offerors may complete the table in Section 5.
In
addition, offerors responding to this RFQ are requested to submit a copy of
their official registration or business license.
6.  
 Delivery
:
The delivery location for the items described in this RFQ is Feed the Future
Rwanda Hinga Weze Project’s office, located at Plot No 499/
Kimihurura/Gasabo District
, Kigali, 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 purchase order.
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.
8.  
 Warranty:
Warranty
service and repair within the cooperating country is required for all
commodities under this RFQ. The warranty coverage must be valid on all
commodities for a minimum of twelve (12) months after delivery and acceptance
of the commodities, unless otherwise specified in the technical specifications.
9.  
 Taxes and VAT:
CNFA
is exempt from being charged VAT, customs duty or fee, excise tax, road tax, or
any other form of tax or tariff for goods and services purchased for USAID
funded activities, and therefore, offers must indicate detailed price for items
and relevant taxes.
10.  
 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. CNFA will not award a contract
to any firm that is debarred, suspended, or considered to be ineligible by the
U.S. Government.
11.  
 Evaluation:
The
award will be made to a responsible offeror whose offer follows the RFQ
instructions, meets the eligibility requirements, and is determined via a
trade-off analysis to be the best value based on application of the below
evaluation criteria. Best value determination will consider both technical and
financial proposals, i.e., the best approach and anticipated results in
combination with a reasonable cost. Proposed costs must reflect and clearly
match the degree of sophistication of the technical approach. The relative
importance of each individual criterion is indicated by the number of points
below:
Price

30 points: the overall cost presented in the offer.
Technical

30 points: responsiveness to the technical specifications and
requirements
  • Delivery
    Schedule and Payment Terms – 20points: the speed of delivery and the
    schedule requested by the provider for payment.
  • After-Sales
    Services – 15 points: the ability for the offeror to provide after-sales
    services, including warranty and routine maintenance. Service center(s)
    will be equipped with tools, staffed with technical personnel, and stocked
    with spare parts for after-sales services.
  • Having
    appropriate certificate of origin – 05 points: The offeror is an
    authorized dealer by the manufacturer
Best-offer
proposals are requested. It is anticipated that award will be made solely on
the basis of these original proposals. However, CNFA reserves the right to
conduct any of the following:
  • CNFA
    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, CNFA may issue a partial award or split the
    award among various suppliers, if in the best interest of the Feed the
    Future Rwanda Hinga Weze Project;
  • CNFA
    may cancel this RFQat any time.
Please
note that if there are deficiencies regarding responsiveness to the
requirements of this RFQ, an offer may be deemed “non-responsive” and thereby
disqualified from consideration. CNFA reserves the right to waive immaterial
deficiencies at its discretion.
12.
Payment and Award:

The award will be awarded to the offeror whose quotation represents the best
value to the Project. Any award and payment resulting from this RFQ is
anticipated to be in the form of a purchase order. This award is subject to the
Feed the Future Rwanda Hinga Weze Project’s terms and conditions as stipulated
in Annex 3
13.
Offer Format Instructions:
All proposals must be formatted in
accordance with the below requirements:
(a)
English or French languages only
(b)
Include the individual/agency/organization name, date, RFQ number, and page numbers
as a header or footer throughout the document.
(c)
The Technical Offer must be in the format provided in Section 5.
A
full offer will include the following documents:
(a)
An offer checklist (Annex 1).
(b)
A cover letter on company letterhead, signed by an authorized representative of
the offeror (Annex 2).
(c)
A complete Technical Offer in response to the evaluation criteria in Section 11
and in the format provided in Section 4.
(d)
A copy of the offeror’s business license, or, if an individual, a copy of
his/her identification card.
(e)
Three (3) contacts for references from organizations/individuals for which the
offeror has successfully performed similar work.
Annex
1 – Offeror Checklist
To
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 Annex
    2)
  • Official
    quotation, including specifications of offered items (see Section 4)
  • Copy
    of offeror’s registration or business license
  • At
    least three contacts for references from organizations for which the
    offeror has successfully deliveredsimilar items
Annex
2 – Offeror 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:
To:                  
Feed the Future Rwanda Hinga Weze
Project                
Reference:
      RFQ no. HW 2017- 10-004
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.
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.
Furthermore,
we hereby certify that, to the best of our knowledge and belief:
  • We
    have no close, familial, or financial relationships with any CNFA or Feed
    the Future Rwanda Hinga Weze 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 CNFA’s prohibitions against fraud, bribery, and
    kickbacks.
  • We
    understand and agree to CNFA’s prohibitions against funding or associating
    with individuals or organizations engaged in terrorism or trafficking in
    persons activities.
We
hereby certify that the enclosed representations, certifications, and other
statements are accurate, current, and complete.
Authorized
Signature:____________________
Name
& Title of
Signatory:_______________________________
Date:___________________________________
Company
Name:_________________________
Company
Address:_______________________
________________________________________
Telephone:______________________________
Website:________________________________
Company
Registration Number:________________________________
Does
the company have an active bank account? (Y/N):__________________________
Official
name associated with the bank account (for payment):
___________________________________________________________________________________
Annex
3 – CNFA Terms and Conditions
1. 
Ethical and Business Conduct Requirements. CNFA is committed to integrity in
procurement, and only selects suppliers based on objective business criteria
such as price and technical merit.
CNFA
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 CNFA 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, CNFA 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:
  • Disclose
    any close, familial, or financial relationships with CNFA 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 CNFA’s prohibitions against fraud, bribery
    and kickbacks.
Please
contact Mr. Daniel Giesat dgies@cnfa.org with any questions or concerns
regarding the above information or to report any potential violations.
Potential violations may also be reported directly to CNFA at to FraudHotline@cnfa.org
or by phone at 202-296-3920.
2.
Terms and Conditions
:
This solicitation is subject to CNFA’s 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)         
CNFA’s 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)         
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: Cuba, Iran, North Korea, Syria.
(c)          
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.
(d)         
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.
(e)         
The title to any goods supplied under any award resulting from this RFQ shall
pass to CNFA following delivery and acceptance of the goods by CNFA. Risk of
loss, injury, or destruction of the goods shall be borne by the offeror until
title passes to CNFA.
(f)          
United States law prohibits engaging in any activities related to Trafficking
in Persons. The supplier under any award resulting from this RFQ must ensure
compliance with these laws.
3.
Disclaimers:

This is a RFQ only. Issuance of this RFQ does not in any way obligate CNFA, the
Feed the Future Rwanda Hinga WezeProject, or USAID to make an award or pay for
costs incurred by potential offerors in the preparation and submission of an
offer. In addition:
(a)         
CNFA may cancel RFQ and not award;
(b)         
CNFA may reject any or all responses received;
(c)          
Issuance of RFQ does not constitute award commitment by CNFA;
(d)         
CNFA reserves the right to disqualify any offer based on offeror failure to
follow RFQ instructions;
(e)         
CNFA will not compensate offerors for response to RFQ;
(f)          
CNFA reserves the right to issue award based on initial evaluation of offers
without further discussion;
(g)         
CNFA may negotiate with short-listed offerors for their best and final offer;
(h)         
CNFA reserves the right to order additional quantities or units with the
selected offeror;
(i)           
CNFA may reissue the solicitation or issue formal amendments revising the
original RFQ specifications and evaluation criteria before or after receipt of
proposals;
(j)          
CNFA may modify the specifications without issuing a formal notice to all
offerors when the revisions are immaterial to the scope of the RFQ;
(k)         
CNFA may choose to award only part of the activities in the RFQ, or issue
multiple awards based on multiple RFQ activities;
(l)           
CNFA reserves the right to waive minor proposal deficiencies that can be
corrected prior to award determination to promote competition;
(m)        
CNFA will contact all offerors to confirm contact person, address, and that the
bid was submitted for this RFQ;
(n)         
CNFA will contact all offerors to inform them whether or not they were selected
for award;
(o)         
In submitting a response to this RFQ, offerors understand 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 theFeed the Future
Rwanda Hinga WezeProject for consideration. USAID will not consider protests
regarding procurements carried out by implementing partners. CNFA, at its sole
discretion, will make a final decision on any protest for this procurement.
0 0 votes
Article Rating
Subscribe
Notify of
guest

0 Comments
Inline Feedbacks
View all comments
0
Would love your thoughts, please comment.x
()
x