fbpxJobs in Liberia, Liberia HR Jobs Board, Jobs in Liberia 2020, Jobs in Liberia West Africa, All Jobs in Liberia, Liberian Professional Directory, Jobs in Liberia Monrovia

Request for Quotation (Procurement of Multifunction Network Printers )

  • Location:
  • Salary:
    negotiable
  • Job type:
    Full Time
  • Posted:
    2 months ago
  • Category:
    Bid / ToR/RFQ/RFP/EOI
  • Deadline:
    March 9, 2024
  1. Synopsis of the Request for Quotation

DAI, implementer of the USAID funded Civil Society Activity invites qualified vendors to submit quotation for the provision of Multifunction Network Printers as follows:

1. RFQ No.RFQ-DAI- LIB-CSA- 0011
2. Issue DateFebruary 28, 2024
3. TitleProcurement of Multifunction Network Printers
4. Issuing Office &

Email/Physical Address for Submission of Quotes

USAID CSA Project 18th Street & Warner Avenue, Sinkor Monrovia, Liberia.

Email: LiberiaCSA_Submissions@dai.com

5. Deadline for questionsPlease submit questions by March 5, 2024, by 4:00pm local time in Monrovia, Liberia to: LiberiaCSA_Procurement@dai.com
6. Deadline for Receipt of Quotes.March 9, 2024, by 12:00 Noon
7.Point of ContactLiberiaCSA_Procurement@dai.com
8. Anticipated Award TypeFixed Price Purchase Order. 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.
9. Basis for AwardAn 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 14, “Determination of Responsibility”. No discussions or negotiations are permitted with bidders, and therefore bidders shall submit their best and final price.

 

DAI conducts business under the strictest ethical standards to assure fairness in competition, reasonable prices and successful performance or delivery of quality goods and equipment. DAI does not tolerate corruption, bribery, collusion or conflicts of interest. Any requests for payment or favors by DAI employees should be reported as soon as possible to ethics@dai.com or by visiting www.dai.ethicspoint.com. Further, any attempts by an offeror or subcontractor to offer inducements to a DAI employee to influence a decision will not be tolerated and will be grounds for disqualification, termination and possible debarment. See provision No. 18 for more details.

  1. Request for Quotation
10. General Instructions to Bidders• Vendors wishing to submit quotation must do so on or before March 9, 2024, at 12:00 PM. Late offers will be rejected

except under extraordinary circumstances at DAI’s discretion. Quote should be submitted via email only to:

LiberiaCSA_Submissions@dai.com

• Vendor fully understands that their quote must be valid for a period of 360 days.

• Bidders shall sign and date their quotation.

• Bidders shall complete Attachment A: Price Schedule template. Value Added Tax (VAT) shall be included on a separate line.

• These services are eligible for VAT exemption under the DAI prime contract.

11. Questions Regarding the RFQEach Bidder is responsible for reading very carefully and understanding fully the terms and conditions of this RFQ. All communications regarding this solicitation are to be made solely through the Issuing Office and must be submitted via email or in writing delivered to the Issuing Office no later than the date specified above. All questions received will be compiled and answered in writing and distributed to all interested Bidders.
12. Technical

Specifications and

requirements for

Technical

Acceptability

1. See Attachment A for price schedule

Final delivery is required within 45 days upon signing of PO

13. Prohibited TechnologyBidders MUST NOT provide any goods and/or services that utilize 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.
14. Determination of

Responsibility

DAI will not enter into any type of agreement with a vendor prior to ensuring the 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. Provide up to date tax clearance

3. Evidence of an Unique Entity ID (SAM) (explained below and instructions contained in the Annex).

4. The source, origin and nationality of the services are not from a Prohibited Country (explained below).

5. Ability to comply with required or proposed delivery or performance schedules.

15. 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

16. Unique Entity ID (SAM)exclusions for prohibited countries.

All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $30,000 and above are required to obtain an Unique Entity ID (SAM)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 an Unique Entity ID (SAM)you may request Attachment C: Instructions for Obtaining an Unique Entity ID (SAM)For those not required to obtain an Unique Entity ID (SAM), you may request Attachment D: Self-Certification for Exemption from Unique Entity ID

17. Compliance with

Terms and Conditions

(SAM)Requirement Bidder shall be aware of the general terms and conditions for an award resulting from this RFQ. The selected Bidder shall comply with all Representations and Certifications of Compliance listed in Attachment B.
18. Anti-Corruption and Anti-Bribery Policy

and Reporting

Responsibilities

DAI conducts business under the strictest ethical standards to assure fairness in competition, reasonable prices and successful performance or delivery of quality goods and equipment. DAI does not tolerate the following acts of corruption:

• 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 or 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.

 

1.1 Attachment A: Price Schedule

Multifunction Network Printer, Heavy Duty with starter

toner/cartridge

Specifications
FunctionsPrint, copy, scan, fax
Print speed black (ISO, A4)Up to 41 ppm 1
Duplex printingAutomatic (standard)
Print quality black (best)Up to 1200 x 1200 dpi
Print technologyLaser
Connectivity, standard2 Hi-Speed USB 2.0 Host; 1 Hi-Speed USB 2.0 Device; 1 Gigabit Ethernet 10/100/1000T network; 1 Foreign Interface; 1 Hardware Integration Pocket; 2 Internal USB Host
NetworkStandard (built-in Gigabit Ethernet)
System RequirementsWindows 10, Windows 8, Windows 7, Windows Vista, Windows Server 2012-2016 (64-bit), 200 MB available hard disk space
Digital sending standard featuresScan to E-mail; Save to Network Folder; Save to USB drive; Send to FTP; Send to Internet Fax; Local Address Book; SMTP over SSL
DisplayTouchscreen, LCD (colour graphics); rotating (adjustable angle) display;
Processor speed800 MHz
Maximum Memory1.5 GB
Memory1 GB
Internal StorageStandard, embedded High-Performance Secure Hard Disk, minimum 500 GB; AES 256 hardware encryption or greater; Secure erase capabilities (Secure File Erase-Temporary Job Files, Secure Erase-Job Data, Secure ATA Erase-Disk)
Capacity500 GB
Paper handling input, standard100-sheet multipurpose tray, two 250-sheet input trays and three 500-sheet feeders and stand
Paper handling output, standard250-sheet output bin, 500-sheet output bin
Media sizes supportedA3; A4; A5; B4 (JIS); B5 (JIS)
File Format SupportedDigital Send: PDF, JPEG, TIFF, MTIFF, XPS, PDF/A; Scan to easy access USB: PDF, JPEG, TIFF, MTIFF, XPS, PDF/A; Print from easy access USB: PDF, PS, Print Ready files (.prn, .pcl, .cht)
Scanner typeFlatbed, ADF
Scan file formatPDF, JPEG, TIFF, MTIFF, XPS, PDF/A
Scan resolution, opticalUp to 600 dpi
Scan size (ADF), maximum297 x 420 mm
Scan size, maximum297 x 420 mm
Scan speed (normal, A4)Up to 50 ppm (black and white), up to 30 ppm (color) 3
PowerInput voltage: 220 to 240 VAC (+/- 10%), 50/60 Hz (+/- 2 Hz)
Delivery Time/Days

 

Multifunction Network Printer, Color Large with starter

toner/cartridge with starter toner /cartridge

Specifications

FunctionsPrint, copy, scan, fax
Print Speed – Black (normal)Up to 40 ppm Measured using ISO/IEC 24734, excludes first set of test documents.
Print speed – Color (normal)Up to 40 ppm
Printer page yieldAverage black and color composite (C/M/Y) declared yields based on ISO/IEC 19798 and continuous printing. Actual yields vary considerably based on images printed and other factors.
Monthly duty cycleUp to 80,000 pages
Print TechnologyLaser
DisplayColor Touchscreen
Paper traysStandard 2
Connectivity, standard1 Hi-Speed Device USB 2.0; 2 Hi-Speed USB 2.0 Host; 1 Gigabit/Fast Ethernet 10/100/1000 Base-TX network; Hardware Integration Pocket
System requirements2 GB available hard drive space, Internet connection, or USB port, Internet browser
Compatible operating systemsWindows Client OS (32/64 bit)-, Win10, Win8.1, Win7 Ultimate, Mobile OS-, iOS, Android, Mac-, Apple® macOS High Sierra v10.13, Apple® macOS Mojave v10.14, Apple® macOS Catalina v10.15, Discrete PCL6 Printer Driver
Memory, standard1.25 GB (printer), 512 MB (scanner)
Memory, maximum3.75 GB
Hard diskStandard, embedded High-Performance Secure Hard Disk, minimum 500 GB; AES 256 hardware encryption or greater; Secure erase capabilities (Secure File Erase-Temporary Job Files, Secure Erase-Job Data, Secure ATA Erase-Disk); U.S. Government: Standard, FIPS 140-2 validated hard disk, minimum 500 GB
Paper handling input, standard100-sheet multipurpose tray, 550-sheet input tray 2
Paper handling output, standard250-sheet output bin, convenience stapler
Paper traysStandard 2
Duplex printingAutomatic (standard)
Envelope input capacityUp to 10 envelopes
PowerInput voltage: 220 to 240 VAC (+/- 10%), 50/60 Hz (+/- 2 Hz)
Cable includedUSB cable separately
Delivery Time/Days

 

Delivery Date:

We, the undersigned, provide the attached quote in accordance RFQ # dated _Our attached quote is for the total price of (figure and in words).

I certify a validity period of days for the prices provided in the attached Price Schedule/Bill of Quantities. Our quote shall be binding upon us subject to the modifications. We confirm that we are

not providing any goods and/or services that utilize 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

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

Authorized Signature:

Name and Title of Signatory:

Name of Firm:

Address:

Telephone:

Email: Company Seal/Stamp:

1.2 Attachment B: 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 certifiesthat 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.

This job has expired.

This job has expired. Unfortunately, you can no longer apply for this position.:

View other jobs