fbpx

REQUEST FOR QUOTATION (RFQ) – Selection of vendors for the supply & delivery of IT Equipment to the Ministry of Internal Affairs & Finance & Development Planning

  • Location:
  • Salary:
    negotiable
  • Job type:
    Bid / ToR/RFQ/RFP/EOI
  • Posted:
    22 mins ago
  • Category:
    Bid / ToR/RFQ/RFP/EOI
  • Deadline:
    October 24, 2024

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

Issue Date: October 14, 2024

Deadline: October 24, 2024

Request No: LEAD-RFQ-2024-017

Selection of vendors for the supply & delivery of IT Equipment to the Ministry of Internal Affairs & Finance & Development Planning

 

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 19

Request for Quotations

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

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 IT Equipment such as laptop Computers, Desktop Computers, Printers and UPS.…. 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.

DAI/LEAD Project is assisting the Government of Liberia in improving MACs capacity and systems to produce complete financial reports. As such, the primary purpose of providing the IT support, specifically computers, is to enhance the efficiency, accuracy, and transparency of fiscal reporting. The overall goal is to ensure stronger financial governance and more effective public financial management that enhances fiscal transparency. The expected results include:

  1. Accurate and timely reports,
  2. Increased efficiency,
  3. enhanced data security,
  4. better decision-making, and
  5. improved transparency and accountability.
1. RFQ No.LEAD-RFQ-2024-017
2. Issuance DateOctober 14, 2024
3. TitleSelection of vendors for the supply & delivery of IT Equipment to the Ministry of Internal Affairs & Finance & Development Planning
4. Issuing OfficeDAI Global, LLC “REQ-LEAD-24-017

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 2024-017 (this is the only e-mail to submit your quotations).

6. Deadline for Receipt of

Quotes

17:00 GMT, Oct. 24, 2024
7. Submission of Questions / Clarification RequestsOfferors may submit questions and requests for clarifications by email no later than October 22nd , 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.

 

Page 2 of 19

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

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.

10. Technical Specifications and Requirements1. See Attachment A
11. Complete Quotation

Response

A complete submission in response to this RFQ includes:

1. Attachment B – Cover letter

 

2. Attachment C – Vendor’s technical offer form

3. Attachment D – Price Schedule

4. Manufacturer authorization

5. Technical data sheet of the proposed equipment

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 19

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 19

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 a 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.

 

Page 5 of 19

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

Any fraud, such as mis-stating 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

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 19

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

Scope of Works-/Specifications and technical requirements

  1. Technical specifications of equipment
#Item descriptionTechnical specificationsQuantity
1Desktop

Computers

Desktop Computer: | OS: Licensed Windows 11 pro

Application: At least licensed Office Pro Plus 19 or above Processor Family: 13 generation Intel core i7 or higher RAM: 16GB or higher

Storage: 1TB or higher

Storage Type: Preferably SSD

Monitor Type: Led Widescreen, 23 inches.

Graphic card: AMD Radeon HD 765A or higher

Connectors: USB 3.0, audio jack,

Wireless & LAN:

HDMI out, RJ-45, VGA connector

Optical drive: Dual layer DVD +/- RW

Preferred Brand/Model: HP or Lenovo

Warranty: 1 year

3
2LaptopsLaptop: Processor: Intel Core i7-1280P Processor: 4.7 GHz Memory: 16 GB DDR5

Storage: 500- 1 TB SSD,

Display: 14-inch 1920 x 1200 pixels

Webcam: 1080p

Connections: 2 Thunderbolt 4, 2 USB 3 gen 1 type a, HDMI, Wireless lan

Connectivity Technology Bluetooth, Wi-Fi, USB, HDMI Operating system: Licensed Windows 11 Pro

Licensed Microsoft Office Pro Plus 2019 or higher

Warranty: 1 year

9
3PrintersHP LaserJet Pro MFP 3101fdw (Black)Printer, Print, scan, copy. Warranty: 1 year6
4UPSCyberPower CP1500PFCLCD PFC Sinewave UPS System, 1500VA/1000W, 12 Outlets, AVR, Mini Tower- Warranty: 1 year3
5LaptopsProcessor: Intel Core i7-1360P, 4pcs Performance up to 5 GHz + 8pcs Efficient up to 3,7 GHz or higher

Graphics: Intel Iris Xe

Memory: 16 GB DDR5

Storage: 500 TB SSD, slot for micro SD

Display: 16 inch glossy IPS, 2560×1600 pixels

Webcam: 1080p

Connections: 2 Thunderbolt 4, 2 USB 3 gen 1 type a, HDMI, headset Wireless: Wi-Fi 6e, Bluetooth 5.1

Operating system: Licensed Windows 11 Pro

Licensed Microsoft Office Pro Plus 2019 or higher

Warranty: 1 year

16
6Desktop

Computer

OS: Licensed Windows 11 pro

Application: At least licensed Office Pro Plus 19 or above Processor Family: 13 generation Intel core i7 or higher

4

 

Page 7 of 19

USAID-funded Local Empowerment for

Accountability and Decentralization

(LEAD) project

RAM: 16GB or higher

Storage: 1TB or higher

Storage Type: Preferably SSD

Monitor Type: Led Widescreen, 23 inches.

Graphic card: AMD Radeon HD 765A or higher

Connectors: USB 3.0, audio jack, HDMI out, RJ-45, VGA connector

Optical drive: Dual layer DVD +/- RW

Monitor Type: Led Widescreen, 23 inches.

Warranty: 1 year

7UPSModel: APC SMT1000IC

Output:

Max Configurable Power (Watts): 700 Watts / 1.0kVA Output Voltage Note: Configurable for 220: 230 or 240 nominal output voltage.

Output Voltage Distortion: Less than 5 %

Output Frequency (sync to mains): 50/60 Hz +/- 3 Hz Sync to mains

Other Output Voltages: 220 V, 240 V

Input frequency: 50/60 Hz +/- 3 Hz Auto-sensing

Input voltage range for main operations: 151 – 302 Adjustable, 160 – 286V

Other Input Voltages: 220 V, 240 V

Battery/Runtime

Battery type: Lead-acid battery

Typical recharge time: at least 3 hours)

Expected Battery Life (years): 3 – 5

Battery Charge Power (Watts): 88 Watts

Warranty: 1 year

4

 

  1. Place of delivery

The IT equipment shall be delivered at Ministry Finance and Development Planning, Board and Mechlin Streets, and Ministry of Internal Affairs, Capitol Hill, Monrovia, Liberia.

III. Technical data sheet

The offeror must provide the manufacturer’s data sheet of the proposed equipment. IV. Manufacturer authorization

The offeror must provide an authorization from the manufacturer or an authorized distributor. The Supplier is not required to be a Manufacturer of the Original Equipment. Instead of the manufacturer’s authorization, the authorization of a distributor approved by the manufacturer is admissible. In this case, the Supplier must attach to its Offer the approval by the manufacturer of said authorized distributor.

  1. Delivery period

The IT Equipment must be delivered within fifteen (15) calendar days after the signature of the purchase order.

Page 8 of 19

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

  1. Equipment testing

At the time of receiving the equipment, DAI will ensure of the following:

  • All equipment and accessories are delivered in good condition.
  • All equipment and accessories delivered are new.
  • All items meet the technical specifications of the Purchase order.
  • Real-life operating test of the equipment delivered.

VII. Vendor 889 assurance letter

The selected vendor will be required to sign DAI’s vendor 889 assurance letter prior award which provide assurance that any communication technology or service provided to or to be provided to DAI is neither manufactured by, nor contains substantial or essential components necessary for the proper function or performance of the equipment/service 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.

VIII. Payment Terms

The offeror will be paid in full by wire transfer after delivery completion within 30 days upon receipt of an invoice and proof of delivery.

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

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

View other jobs