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

4585260095

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 17

RFQ-AVCP-KBL-23-0054

Afghanistan Value Chains Program


(AVC Program)

Request for Quotation (RFQ)

RFQ-AVCP-KBL-23-0054

Provision and Delivery of High Fat Milk Powder

Issue Date: November 19, 2023,

WARNING: Prospective Offerors who have received this document from a source other than DAI/AVC Program Project
should immediately contact [email protected] 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 if 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-AVCP-KBL-23-0054

1. Synopsis of the Request for Quotation


DAI, implementer of the USAID-funded AVCP project, invites qualified vendors to submit their
quotations for Provision and Delivery of High Fat Milk Powder
1. RFQ No. RFQ-AVCP-KBL-23-0054
2. Issue Date November 19, 2023,
3. Title Provision and Delivery of High Fat Milk Powder
4. Submission All submissions must be done electronically. Please submit your quotation by email to:
[email protected]. Subject should be: “Bidder Company Name – RFQ-AVCP-KBL-23-
0054” Sending to other e-mail addresses may lead to disqualification of your bid.
5. Deadline for Receipt 4:00 PM, Kabul local time on December 5, 2023
of Quotes
6. Point of Contact [email protected] 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 An award resulting from this RFQ is anticipated to be Fixed Firm Price Purchase Order (FFPPO).
Type The anticipated specific terms and conditions are as follows:
Payment will be made by bank wire transfer to the company’s Bank Account, after complete
supply and delivery to the specified location, and confirmation by the relevant AVCP staff
member and partner. 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 bid.

Government Withholding Tax for Afghan Based Companies


Pursuant to Article 72 in the Afghanistan Tax Law, effective March 21, 2009, DAI is required to
withhold "contractor" taxes from the gross amounts payable to all Afghan for-profit
subcontractors/vendors. In accordance with this requirement, DAI shall withhold two percent
(2%) tax from all gross invoices to Afghan subcontractors/vendors under this Agreement with
active AISA or Ministry of Commerce license. For subcontractors/vendors without an active
AISA or Ministry of Commerce license, DAI shall withhold seven percent (7%) "Contractor"
taxes per current Afghanistan Tax Law. Before signing the purchase order, the vendor will
provide a copy of the organization's AISA or Ministry of Commerce license and TIN (Tax
Identification Number). Amounts deducted from the invoices will be forwarded to the Ministry
of Finance (MoF) Tax Division credited to the firm's TIN. Records of payments to the MOF shall
be maintained on file with DAI.
8. Basis for Award An award will be made to the responsible bidder using simplified acquisition method, who is
responsive to all terms of this RFQ and offers the best value product or service to DAI/AVCP.
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 • Deadline for receipt of quotations is 4:00 PM, Kabul local time on December 5,
to Bidders 2023. Late offers will be rejected except under extraordinary circumstances at DAI’s
discretion.
• Bidders shall:
o Submit quotes electronically to [email protected]
o Ensure their quotation is valid for a period of 120 days.
o Sign and date their quotation.
o Submit in English language.
o Complete Attachment B: Price Schedule template.

Page 2 of 17
RFQ-AVCP-KBL-23-0054

o Deliver to AVCP anchor firm located in Mawlana Jalaluddin Mohammad


Balkh International Airport Road, Balkh province, Afghanistan.
o Specify number of days for delivery from the issuance of the Purchase
Order (PO)
o Submit price/cost in AFN. Price must include all applicable/associated costs
i.e., transportation and delivery to the above destination.
• Bidders agree to DAI payment terms:
o Payment will be made to the business bank account only.
o Payment will be transferred to the vendor’s company account after receipt
of a correct invoice and successful delivery to the destination.
• Applies to equipment and machinery purchased by Offerors from outside of
Afghanistan: Upon issuance of the purchase order, the bidder should be willing to
provide an update and documentation regularly on each step of the equipment
delivery by providing some proof to AVCP Logistic department to validate the
progress on acquiring of the equipment, i.e., copy of the order to the manufacturer,
transportation receipts, waybill, customs clearance, and photos.
• 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 decrease or increase the
requested quantity in the RFQ.
10. Technical See attachment A Technical Specifications.
Specifications
11. Prohibited Bidders MUST NOT provide any goods and/or services that utilize telecommunications and
Technology 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.
12. Determination of DAI will not enter into any type of agreement with a vendor prior to ensuring the vendor’s
Responsibility 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 Unique Entity ID (SAM) Number (explained below and instructions
contained in the Annex 1).
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 fully ensure
(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.

Page 3 of 17
RFQ-AVCP-KBL-23-0054

14. Unique Entity ID All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with
(SAM) Number a value of $30,000 and above are required to obtain a Unique Entity ID (SAM) number 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. For those
required to obtain a Unique Entity ID number, please see Annex 1.
15. Compliance with Bidders shall be aware of the general terms and conditions for an award resulting from this
Terms and RFQ. The selected Bidder shall comply with all Representations and Certifications of
Conditions Compliance listed in Attachment E.
16. Anti-Corruption and DAI conducts business under the strictest ethical standards to assure fairness in competition,
Anti-Bribery Policy reasonable prices and successful performance or delivery of quality goods and equipment.
and Reporting 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 misstating 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/subcontractor.
Subcontractors must also avoid collusion or conflicts of interest in their procurements
from vendors. Any such relationship must be disclosed immediately to DAI 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 [email protected]
• USAID’s Office of the Inspector General Hotline at [email protected].
By signing this quotation, 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.

Page 4 of 17
RFQ-AVCP-KBL-23-0054

Attachment A: Technical Specification

Specifications of High Fat Milk Powder:

• Nutrients: 100 mg
• Protein: 1.5 g
• Fat: 26 g
• Carbohydrates: 68 g
• Mineral supplements: 1.4 g
• Humidity: 3g
• Energy capacity: 512 cal

Page 5 of 17
RFQ-AVCP-KBL-23-0054

Attachment A: Price Schedule


Price Schedule:
Unit Price Total Price Offered Brand/Specification if
S/No Item QTY Unit
(AFN) (AFN) different than (Attachment A)
1 High Fat Milk Powder 17,500 KG

Grand Total AFN

IMPORTATN NOTE:

Transportation: The selected vendor will be responsible for the delivery of milk powder to the
destination specified below.
Delivery Location: Mawlana Jalaluddin Mohammad Balkh International Airport Road, Balkh
province, Afghanistan.
Delivery Time: ( ) Calendar days after award

Sample Check: As part of evaluation shortlisted offerors are required to provide the sample of
Milk Powder for physical inspection and verification with the specification
outlined in Attachment A of this solicitation.

Page 6 of 17
RFQ-AVCP-KBL-23-0054

Attachment C: Cover Letter

To: DAI Global, LLC, Afghanistan Value Chains Program Project


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

We, the undersigned, provide the attached quotation in accordance with RFQ-AVCP-KBL-23-0054 for
Provision and Delivery of High Fat Milk Powder, issued on November 19, 2023.

I certify a validity period of one hundred and twenty (120) 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-AVCP-KBL-23-0054

Attachment D: RFQ Checklist

Offeror:

Does your proposal include the following?

 Sign and stamp the technical specification in “Attachment A” or provide unique specification
with photos if different than “Attachment A”.
 Price Schedule per Attachment B
 Signed and Stamped Cover Letter on Company Letterhead per Attachment C
 Past Performance Table per Attachment F

Documents to determine vendor responsibility,


 Copy of Valid business license
 Evidence of a Unique Entity ID (SAM) Number
 Company president and vice president Copy of passport/Tazkira ID

*Please note that obtaining a Unique Entity ID number is a new process. All vendors must complete
this requirement and have a valid UEID in order to be evaluated for an award under this solicitation*

Page 8 of 17
RFQ-AVCP-KBL-23-0054

Attachment E: 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 a 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 9 of 17
RFQ-AVCP-KBL-23-0054

Attachment F: Past Performance


Include projects that best illustrate your experience providing similar services in or outside of Kabul for international NGOs or contractors. Projects should have been
undertaken in the past three to five years.

Type of Agreement,
Client Name, Contact Name & Location Cost in Period of
Subcontract, Grant,
# Project Title Description of Activities Tel/Email City/ AFN Performance
PO (fixed price, cost
Funding Agency if applicable
reimbursable)

Page 10 of 17
Annex 1: Quick Start Guide for Getting a Unique Entity ID (SAM)

INSTRUCTIONS FOR OBTAINING AN Unique Entity ID (SAM)

DAI’S VENDORS, SUBCONTRACTORS & GRANTEES


Note: The determination of a successful offeror/applicant resulting from this RFP/RFQ/RFA is contingent upon the
winner providing an Unique Entity ID (SAM)to DAI. Organizations who fail to provide an Unique Entity ID (SAM) will not
receive an award and DAI will select an alternate vendor/subcontractor/grantee.
--------------------------------------------------------------------------------------------------------------------------
Background:
Summary of Current U.S. Government Requirements - Unique Entity ID (SAM)
Effective April 4, 2022, entities doing business with the federal government will use the Unique Entity Identifier (SAM)
created in SAM.gov. The Unique Entity ID (SAM) is a 12-character alphanumeric value managed, granted, and owned by
the government. This allows the government to streamline the entity identification and validation process, making it
easier and less burdensome for entities to do business with the federal government.

Entities are assigned an identifier during registration, or one can be requested at SAM.gov without needing to register.
Ernst and Young provides the validation services for the U.S. Government. The information required for getting a Unique
Entity ID (SAM) without registration is minimal. It only validates your organization's legal business name and address. It
is a verification that your organization is what you say it is.

The Unique Entity ID (SAM) does not expire.

THE PROCESS FOR OBTAINING AN UNIQUE ENTITY ID IS OUTLINED BELOW:


1. Have the following information ready to request a Unique Entity ID (SAM)
a. Legal Business Name
b. Physical Address (including ZIP + 4)
c. SAM.gov account (this is a user account, not actual SAM.gov business registration).
i. As a new user, to get a SAM.gov account, go to www.sam.gov.
1. Click “Sign In” on the upper right-hand corner.
2. Click on “Create a User Account”

Page 11 of 17
3. Choose Account Type:
a. Create an Individual User Account to perform tasks such as
register/update your entity, create and manage exclusion records
or to view FOUO level data for entity records.
b. Create a System User Account if you need system-to-system
communication or if performing data transfer from SAM to your
government database system. Complete the requested
information, and then click “Submit.”
4. Click “DONE” on the confirmation page. You will receive an email
confirming you have created a user account in SAM.

Page 12 of 17
5. Click the validation link in the email that contains the activation code
within 48 hours to activate your user account. If the email link is not
hyperlinked (i.e., underlined or appearing in a different color), please copy
the validation link and paste it into the browser address bar. You can now
register an entity.
NOTE: Creating a user account does not create a registration in SAM, nor
will it update/renew an existing registration in SAM.

2. Once you have registered as a user, you can get a Unique Entity ID by selecting the “Get
Started” button on the SAM.gov home page.

3. Select “Get Started” on the Getting Started with Registration page.

Page 13 of 17
4. Select “Get Unique Entity ID” on the Get Started page.

5. Enter Entity Information.

a. If you previously had a DUN Number, make sure your Legal Business Name and Physical
Address are accurate and match the Entity Information, down to capitalization and
punctuation, used for DUNS registration.
6. When you are ready, select “Next”
7. Confirm your company’s information.

a. On this page you will have the option to restrict the public search of this information.
“Allow the selected record to be a public display record.” If you uncheck this box, only you
and the federal government users will be able to search and view the entity information
and entities like DAI will not be able to independently verify that you have an Unique Entity
Identifier (SAM).
Page 14 of 17
8. When you are ready, select “Next”
9. Once validation is completed, select “Request UEI” to be assigned an Unique Entity ID (SAM).
Before requesting your UEI (SAM), you must certify that you are authorized to conduct transactions
under penalty of law to reduce the likelihood of unauthorized transactions conducted for the
entity.

Page 15 of 17
10. The Unique Entity ID will be shown on the next page. SAM.gov will send an email confirmation with
your Unique Entity ID.

Page 16 of 17
11. If you need to view the Unique Entity ID from SAM in the future or update the organization’s
information, sign into SAM.gov and go to “Entity Management” widget.

Page 17 of 17

You might also like