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 (Vehicle Procurement )

  • Location:
  • Salary:
    negotiable
  • Job type:
    Bid / ToR/RFQ/RFP/EOI
  • Posted:
    2 years ago
  • Category:
    Bid / ToR/RFQ/RFP/EOI
  • Deadline:
    June 15, 2022
  1. Synopsis of the Request for Quotation

DAI, implementer of the USAID-funded Civil Society Activity, invites qualified vendors to submit quotations for the provision of three (3) 4×4 off-road Project vehicles (SUV), as follows:

1. RFQ No.RFQ-DAI- LIB-CSA- 004 Re-Adv
2. Issue DateJune 3, 2022
3. TitleProcurement of 4×4 off-road vehicles (SUV) in support of CSA program implementation
4. Issuing Office &

Email/Physical Address for Submission of Quotes

USAID CSA Project 18th Street & Warner Avenue, Sinkor Monrovia, Liberia
5. Deadline for questionsPlease submit questions by June 10, 2022, by 4:00pm local time in Monrovia, Liberia to: LiberiaCSA_Procurement@dai.com
6. Deadline for Receipt of QuotesWednesday, June 15, 2022
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. 17 for more details.

Page 1 of 8

  1. Request for Quotation
10. General Instructions to BiddersVendors wishing to submit quotations must do so on or before Wednesday June 15, 2022, at 4:00 PM. Late offers will be rejected except under extraordinary circumstances at DAI’s discretion.

Offerors shall submit proposals either in hard copy at the at DAI Office in a sealed envelope marked RFQ – DAI- LIB-CSA 004 Re-Adv 4×4 Off-road vehicles (SUV)or via email:

LiberiaCSA_Submissions@dai.com.

Vendor fully understands that their quote must be valid for a period of 90 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 C for technical specification

2. Final delivery is required within 30 – 90 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. Evidence of a Unique Entity ID (SAM) (explained below and instructions contained in the Annex).

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.

15. Geographic CodeUnder the authorized geographic code for its contract DAI may only procure goods and services from the following countries.

 

Page 2 of 8

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 exclusions for prohibited countries.

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 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 (SAM)Requirement.

17. Compliance with

Terms and Conditions

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

 

Page 3 of 8

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.

 

Page 4 of 8

1.1 Attachment A: Price Schedule

Item

Number

Item NameSpecificationsQuantityUnit

Price

Total

Price

1a

1b

1c

1d

Vehicle 4×4 off

road vehicles (SUV) Bull bar

Winch

Roof Rack

Vehicle 4×4 off-road vehicles (SUV), 4 – 8 Cylinder,

Manual/Automatic

Transmission, unused

Heavy Duty Bull Bar and Installation

Winch and Installation

Roof Rack and Installation

3

3

3

3

2VAT/Duty
GRAND TOTAL IN Click here to enter text.
GRAND TOTAL IN UNITED STATES DOLLARS$

 

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 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:

Page 5 of 8

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 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 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 6 of 8

Attachment C: Detailed Technical Specifications

Required SpecificationsRationale
EngineEngine must be economical and meet minimum Government of Liberia regulations on emissions, while reducing the need for frequent refueling. Engine and transmission must be conducive to both navigating stop and-go conditions and traffic, and travel on unimproved (e.g. gravel/dirt) roads.
Vehicle type:SUV
Drivetrain:4 Wheel Drive
Fuel type:Diesel/Petrol
Engine capacity:2.0-liter engine minimum (2.5L or higher preferred),

4-cylinder minimum (6-8 cylinder preferred)

Transmission typeManual
Chassis/SafetyMust meet basic safety and mechanical requirements of a standard passenger vehicle for brakes and steering, to ensure passenger safety and ability of driver to respond to variable driving conditions.
Doors4 (minimum)
TiresUrban, all-weather (with full-sized spare, jack, and tool kit)
Air bagsDriver and front passenger (minimum)
Power steeringStandard
Antilock Brake System (ABS)Standard
LockingCentral door locking – w/remote
Towing HookFront & Rear, closed
BumperFront – Extension/Bull bar and Winch
InteriorSufficient in size to transport five to eight adults (including driver), with adequate safety and comfort features for all passengers.
Seating Capacity:5 minimum (7-8 preferred)
Air conditioningStandard
AM/FM RadioStandard
Other SpecificationsMust be a new (never before used) vehicle, available with minimal delay (immediate delivery preferred), and supported by adequate warranty and local servicing and maintenance agreement. U.S. manufacture preferred; Please provide country of manufacture if made outside of the US.
Delivery dateMaximum 90 calendar days from award
ColorAny (white preferred)
Year of Manufacture2020 or newer
Country of ManufactureUnited States preferred

 

Page 7 of 8

WarrantyMinimum 3 years or 100,000 kms
Service and maintenance agreementMinimum 3 years or 100,000 kms

 

For reference purposes, illustrative vehicles may include (but are not limited to), the following makes and models:

  • Ford: Explorer / Edge / Everest/ Escape
  • Toyota: Landcruiser / Highlander
  • GMC: Acadia
  • Chevrolet: Trailblazer

NOTE: Offeror can provide separate quote/offer for different model/brand of vehicles for consideration.

You can click the apply button below to download the pdf version of this advert :

 

This job has expired.

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

View other jobs