fbpx

REQUEST FOR QUOTATION (RFQ): Selection of vendors for the provision of conference hall and catering services in Monrovia for LEAD project Dates: November 4-6, 2024 (3 days) November 12-14, 2024 (3 days)

  • Location:
  • Salary:
    negotiable
  • Job type:
    Bid / ToR/RFQ/RFP/EOI
  • Posted:
    17 mins ago
  • Category:
    Bid / ToR/RFQ/RFP/EOI
  • Deadline:
    October 21, 2024

USAID-funded Local Empowerment

for Accountability and

Decentralization (LEAD) project

USAID Local Empowerment for Accountability and Decentralization (LEAD) REQUEST FOR QUOTATION (RFQ)

Issue date: October 14, 2024

Deadline: October 21, 2024

Request No: LEAD-RFQ-2024-018

Selection of vendors for the provision of conference hall and catering services in Monrovia for LEAD project Dates:

November 4-6, 2024 (3 days)

November 12-14, 2024 (3 days)

All quotation should be submitted to: LGGAprocurementInbox@dai.com

Click the apply button below to download the full pdf version of this advert.

 

NOTICE: Prospective Offerors who have received this document from a source other than the LEAD project should immediately contact LGGAprocurement@dai.com and provide their name and mailing address so that any amendments to this RFQ or other solicitation-related communications can be sent directly to them. Any prospective Offeror who fails to register their interest with DAI/LEAD assumes complete responsibility if they do not receive communications prior to the closing date of this RFQ. Any amendments to this solicitation will be issued via email.

Issuance of this RFQ in no way obligates DAI to award a subcontract or purchase order and Offerors will not be reimbursed for any costs associated with the preparation of their quote. No discussions or negotiations are permitted with Offerors under this RFQ. Offerors shall submit their best and final price.

Page 1 of 11

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

Request for Quotations

Overview: DAI Global LLC, a legally registered company in Liberia and implementer of the USAID-funded Local Empowerment for Accountability and Decentralization in Liberia (LEAD) Project, is seeking quotations from qualified vendors to provide a conference hall and catering services in Monrovia. The LEAD project will improve the capacities of targeted ministries, agencies, and commissions (MACs), to formulate and administer sound tax policies, improve budget transparency, deepen decentralization, and deliver much needed quality services at the sub-national level.

1. RFQ No.LEAD-RFQ-2024-0018
2. Issuance DateOctober 14, 2024
3. TitleProvision of conference hall and catering services in Monrovia, Liberia
4. Issuing OfficeDAI Global, LLC

USAID-funded LEAD project

18th Street and Warner Avenue, Sinkor, Apt 2A & 2B

Monrovia, Liberia

5. Email Address for

Submission of Quotations

All quotes must be submitted by email to

LGGAprocurementInbox@dai.com with “LEAD-RFQ-2024- 018” in the email subject line. Any other form of submission will not be accepted.

6. Deadline for Receipt of Quotes12:00 GMT, October 21, 2024

Late submissions will not be

accepted.

7. Submission of Questions / Clarification RequestsOfferors may submit questions and requests for clarifications by email no later than October 18, 2024 at 13:00 GMT. Please only submit questions to: LGGAprocurement@dai.com. All questions received will be compiled and answered in writing and distributed to all registered Offerors.
8. Anticipated Award TypeDAI anticipates awarding a Purchase Order (PO).

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 Offeror whose quotation is responsive to the terms and conditions of this RFQ and is most advantageous to DAI, considering price or/and other factors included in this RFQ.

To be considered for award, Offerors must follow the instructions provided in this RFQ, submit a complete quotation (see section 11), meet all of the requirements identified in Sections 12 and 13, and produce a SAM number (see section 14) prior to award.

 

Page 2 of 11

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

10. Technical Specifications and Requirements1. See Attachment A

2. The event will be held in Monrovia in two sessions: From:

November 4-6, 2024 (3 days)

November 12-14, 2024 (3 days)

11. Complete Quotation

Response

A complete submission in response to this RFQ includes:

 

1. Attachment A – Price Schedule
12. General Instructions to Offerors• Each Offeror is responsible for reading very carefully and understanding fully the terms and conditions of this RFQ. Failure to do so will be at the Offeror’s risk.

• All communications regarding this solicitation are to be made solely through the Issuing Office and must be submitted via email.

• If this RFQ solicitation is amended, then all terms and conditions not modified through the amendment shall remain unchanged. • By submitting a quote, Offerors fully understand that their quote must be valid for a period of 30 days, which shall be indicated in the cover letter submission.

• Prior to any award the Offeror must meet all determination of responsibility requirements as listed in Box 13.

• Offerors shall submit quotes on company letterhead and sign, date and stamp their quotation.

• Offerors shall complete Attachment B: Price Schedule template in United States Dollars (USD) only exclusive of Value Added Tax (VAT). DAI will seek VAT exemption in Liberia as permitted under the DAI prime contract.

 

Page 3 of 11

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

13. 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. Copy of certificate of incorporation/registration

2. Copy of current and valid Tax Compliance certificate with relevant authorities

3. Evidence of an Unique Entity ID (SAM)(explained below and instructions contained in the Annex) (Not applicable for this procurement unless any of the language from section 16 apply)

4. Confirmation the source, origin and nationality of the services are not from a Prohibited Country (explained below) or include the use of prohibited technology.

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

6. Have a satisfactory past performance record as demonstrated by completed past performance information for three current or prior clients.

7. Be qualified and eligible to perform work under applicable laws and regulations.

8. Have an official/company’s bank account for payments.

14. Geographic CodeUnder the authorized geographic code of 935 for its contract DAI may only procure goods and services from authorized countries. 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.
15. Prohibited TechnologyOfferors 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, Hikvision, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company, or any subsidiary or affiliate thereof, in compliance with FAR 52.204-25.

 

Page 4 of 11

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

16. Unique Entity ID (SAM)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 a 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 a Unique Entity ID (SAM)you may request Attachment C: Instructions for Obtaining a 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 (SAM)Requirement

17. Compliance with Terms and ConditionsThe 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

Antibribery 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 mis-stating or withholding information to benefit the offeror or subcontractor.

 

Page 5 of 11

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

• 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 https://oigportal.ains.com/eCasePortal

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.

19. Cancellation of procurement procedureDAI may, at any time, cancel this RFQ before a final award is made.

 

Page 6 of 11

Attachment A: Price Schedule

USAID-funded Local Empowerment for Accountability and Decentralization (LEAD) project

Instruction: Please Date, Sign, and Stamp Price Schedule on Company Letterhead

#DescriptionSpecificationsQuantityUnitUnit

price

Total price
1HALL

RENTAL

Two Sessions:

Air-conditioned room

Number of rooms: 1

Number of days of renting: 1 Capacity of the room Max: 36 participants

Amenities: PA system, Chairs, workshop tables with projection space, micro, projection screen, Board with paper, etc.…

November 4-6, 2024 (3 days) November 12-14, 2024 (3 days)

6Days
2BreakfastIn Two sessions

Date: November 4-6, 2024 (3 days)

Number of participants: 36

Number of days: 3

Total number of breakfasts: 108

Date: November 12-14, 2024 (3 days)

Number of participants: 36

Number of days: 3

Total number of breakfasts: 108 Breakfast including water bottle.

Menu: open breakfast.

Example, coffee, tea, assorted juices, scrambled eggs or African spicy omelet and chicken sausages

216Each

 

#DescriptionSpecificationsQuantityUnitUnit

price

Total price

 

Page 7 of 11

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

3LUNCHIn Two sessions

Date: November 4-6, 2024 (3 days) Number of participants: 36

Number of days: 3

Total number of lunches: 108

Date November 12-14, 2024 (3 days)

Number of participants: 36

Number of days: 3

Total number of lunches: 108

Lunch including soft drink and water bottle.

Menu: Main course; Example, Fried potato, white rice, fried chicken, fish, pasta, grilled chicken, sweet potato leaves, etc.…

N.B: Alcoholic beverages are excluded

216Each
4MORNING

AND

AFTERNOON COFFEEBREAK

In two sessions

Date: November 4-6, 2024 (3 days) Number of participants: 36

Number of days: 3

Number of coffee-breaks for each day: Two (2) times a days

Total number of Coffee-breaks: 144 Date November 12-14, 2024 (3 days)

Number of participants: 36

Number of days: 3

Number of coffee-breaks for each day: Two (2) times a days

Total number of Coffee-breaks: 144

Composition

Example: Pastries and coffee station, Tea-Sugar-Juice-Mini-pizza-Cake Croissant-Mini-hamburger and water

432Coffee

break

 

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

GRAND TOTAL IN USD HT

 

The vendor must attach to its quotation the details of the capacity of the hall provided and the menu to be provided for each need (Breakfast, coffee breaks and lunch).

Name and Title of Signatory:

___________________________________ ____________________ Authorized Signature Company Seal/Stamp Attachment B:

Representations and Certifications of Compliance

Page 9 of 11

USAID-funded Local Empowerment for Accountability and Decentralization (LEAD) project

  1. Federal Excluded Parties List – The Bidder Select is not presently debarred, suspended, or determined ineligible for an award of a contract by any Federal agency.
  2. Executive Compensation Certification- FAR 52.204-10 requires DAI, as prime contractor of U.S. federal government contracts, to report compensation levels of the five most highly compensated subcontractor executives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS)
  3. Executive Order on Terrorism Financing– The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with these Executive Orders and laws. Recipients may not engage with, or provide resources or support to, individuals and organizations associated with terrorism. No support or resources may be provided to individuals or entities that appear on the Specially Designated Nationals and Blocked persons List maintained by the US Treasury (online at www.SAM.gov) or the United Nations Security Designation List (online at: http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml). This provision must be included in all subcontracts/sub awards issued under this Contract.
  4. Trafficking of Persons – The Contractor may not traffic in persons (as defined in the Protocol to Prevent, Suppress, and Punish Trafficking of persons, especially Women and Children, supplementing the UN Convention against Transnational Organized Crime), procure commercial sex, and use forced labor during the period of this award.
  5. Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions – The Bidder certifies that it currently is and will remain in compliance with FAR 52.203-11, Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions.
  6. Organizational Conflict of Interest – The Bidder certifies that will comply FAR Part 9.5, Organizational Conflict of Interest. The Bidder certifies that is not aware of any information bearing on the existence of any potential organizational conflict of interest. The Bidder further certifies that if the Bidder becomes aware of information bearing on whether a potential conflict may exist, that Bidder shall immediately provide DAII with a disclosure statement describing this information.
  7. Prohibition of Segregated Facilities – The Bidder certifies that it is compliant with FAR 52.222-21, Prohibition of Segregated Facilities.
  8. Equal Opportunity – The Bidder certifies that it does not discriminate against any employee or applicant for employment because of age, sex, religion, handicap, race, creed, color or national origin.
  9. Labor Laws – The Bidder certifies that it is in compliance with all labor laws.
  10. Federal Acquisition Regulation (FAR) – The Bidder certifies that it is familiar with the Federal Acquisition Regulation (FAR) and is in not in violation of any certifications required in the applicable clauses of the FAR, including but not limited to certifications regarding lobbying, kickbacks, equal employment opportunity, affirmation action, and payments to influence Federal transactions.
  11. Employee Compliance – The Bidder warrants that it will require all employees, entities and individuals providing services in connection with the performance of an DAI Purchase Order to comply with the provisions of the

Page 10 of 11

USAID-funded Local Empowerment for Accountability and Decentralization (LEAD) project

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 11 of 11

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

View other jobs