1. synopsis of the request for quotation · synopsis of the request for quotation ... engine oil...
TRANSCRIPT
1. Synopsis of the Request for Quotation
DAI Global, implementer of the USAID funded Liberia Accountability and Voice Initiative (LAVI), Local
Empowerment for Government Inclusion and Transparency (LEGIT) and Liberia Revenue Generation
for Governance and Growth (RG3), invites qualified vendors to submit quotation for the provision of
preventive vehicle maintenance services and supply of spare parts & lubricants, as follows:
1. RFQ No. RFQ–DAI GLOBAL LIB 008
2. Issue Date February 26, 2018
3. Title Provision of vehicle preventive maintenance services & to supply
spare parts & lubricants
4. Issuing Office &
Email/Physical Address for
Submission of Quotes
Proposals must be submitted in English and indicate the RFQ
number, title and closing date. Proposals must be submitted in
sealed envelopes and marked RFQ–DAI GLOBAL LIB 008.
5. Deadline for Receipt of
Quotes.
All quotations must be submitted at the reception desk on or
before Friday March 9, 2018, not later than 3pm.
6. Point of Contact for
questions only
7. Anticipated Award Type Service Contract
8. Basis for Award An 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 12, “Determination of Responsibility”. No
discussions or negotiations are permitted with bidders, and
therefore bidders shall submit their best and final price.
2. Request for Quotation
9. General Instructions to
Bidders Deadline for submission of proposals is Friday March 9, 2018,
not later than 3pm. Late offers will be rejected except under
extraordinary circumstances at DAI’s discretion.
Offerors shall submit proposals only in hard copy at the
reception desk at DAI Offices in a sealed envelope marked
RFQ –DAI GLOBAL LIB 008 Provision of vehicle
preventive maintenance services.
Offerors shall confirm in writing that they fully understand that
their proposals must be valid for a period of one year.
Offerors shall sign and date the Price Schedule (Attachment A)
Offerors shall complete Attachment A: Price Schedule template.
Offerors shall consider the Scope of Work and the
supplementary requirements outlined below and provide all
necessary information with their cost and technical proposal
10. Questions Regarding the
RFQ
Each 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 Friday, March
9, 2018. All questions received will be compiled and answered in
writing and distributed to all interested Bidders.
11. Technical Specifications and
requirements for Technical
Acceptability
The selected vendor will perform standard preventive
maintenance services (A&B) as follows: Changing of oil filters, fuel
filters, air filters, brake pads & brakes shoes including changing of
engine oil and wheel alignment/balancing etc. Final delivery of
service is required during the period from April 1, 2018 to March
31, 2019.
See full details in Attachment B – Detailed Scope Of Work
In addition to meeting the scope of work listed above, vendors are
required to meet or exceed the significant non-cost factors listed
below:
1. References from at least three other clients receiving similar
services currently or within the last year. Vendors may use the
template provided in Attachment C: Past Performance
Template
2. Vendor’s key staff qualifications
12. Determination of
Responsibility
DAI will not enter into any type of agreement with a vendor prior
to ensuring the vendor’s responsibility. When assessing an
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 DUNS number (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.
13. Geographic Code Under the authorized geographic code for its contract DAI may
only procure goods and services from the following countries.
Geographic Code 937: Goods and services from the United
States, the cooperating country, and "Developing Countries"
other than "Advanced Developing Countries: excluding
prohibited countries. A list of the "Developing Countries" as
well as "Advanced Developing Countries" can be found at:
http://www.usaid.gov/policy/ads/300/310maa.pdf and
http://www.usaid.gov/policy/ads/300/310mab.pdf respectively.
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.
14. Data Universal Numbering
System (DUNS) All U.S. and foreign organizations which receive first-tier
subcontracts/ purchase orders with a value of $25,000 and above
are required to obtain a DUNS 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. DAI requires that Bidders sign the self-
certification statement if the Bidder claims exemption for this
reason.
For those required to obtain a DUNS number, you may request
Attachment C: Instructions for Obtaining a DUNS Number.
For those not required to obtain a DUNS number, you may
request Attachment D: Self-Certification for Exemption from
DUNS Requirement
15. 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.
16. Procurement Ethics By submitting a Bid, Bidders certify that they have not/will not
attempt to bribe or make any payments to DAI employees in
return for preference, nor have any payments with Terrorists, or
groups supporting Terrorists, been attempted. Any such practice
constitutes an unethical, illegal, and corrupt practice and either the
Bidders or the DAI staff may report violations to the Toll-Free
Ethics and Compliance Anonymous Hotline at +1 855-603-6987,
via the DAI website, or via email to [email protected].
1.1 Attachment A: Price Schedule
Item
No.
Item
Name/description
Qty Unit Ford
Escape
Toyota
brand/4x4
land
Cruiser
Jeep
Nissan
brand/4
X4
Patrol
Jeep
Ford
brand/4
X4 Ford
Ranger
Ford
Everest
Nissan
Hard
Body
1 A/C compressor for
vehicle1
1 Pcs
2 A/C Condenser for
vehicle
1 Pcs
3 A/C Evaporator for
vehicle1
1 Pcs
4 A/C Pipe for vehicle 1 Pcs
5 A/C roller 1 Pcs
6 Air Filter 1 Pcs
7 Ball Joints 1 PCS
8 Battery (Dry cell) 70
AMP/80 AMP
1 Pcs
9 Battery (wet cell) 70
AMP/80 AMP
1 Pcs
10 Brake Disc 1 Pcs
11 Brake Divisor 1 Pcs
12 Brake Fluid 1 Pcs
13 Brake Master
Cylinder
1 Pcs
14 Brake Pads 1 Pcs
15 Brake Shoes 1 Pcs
16 Brakes Calibers 1 PCS
17 Clutch cylinders 1 PCS
18 Clutch Disc 1 Pcs
19 Clutch Disc 1 Pcs
20 Cylinders 1 PCS
21 Differential Flange 1 Pcs
22 Differential Gasket 1 Pcs
23 Differential oil 1 Pcs
24 Engine oil (Diesel
15W40)
1 Pcs
25 Engine oil (Diesel
SAE 50)
1 Pcs
26 Exhaust Line 1 PCS
27 Four Wheel Lock 1 pcs
28 Freon per pound 1 Pcs
29 Fuel Filter 1 Pcs
30 Fuel/Gas tank 1 Pcs
31 Gear Box 1 Pcs
32 Head light 1 Pcs
33 Head Light bulb 1 Pcs
34 Heavy Grease 1 Pcs
35 Horn 1 Pcs
36 Inject pump head 1 Pcs
37 Injector pump( whole
set)
1 Pcs
38 Inner Tube 1 Pcs
39 Knuckle Bearing 1 Pcs
40 Knuckle Gasket 1 pcs
41 Leading Arms 1 PCS
42 Lower Arm 1 PCS
43 Nozzle 1 Pcs
44 Oil Filter 1 PCS
45 Pressure Plate 1 Pcs
46 Priming Pump 1 Pcs
47 Radiator 1 Pcs
48 Releasing Bearing 1 Pcs
49 Shock Absorber
(Back)
1 Pcs
50 Shock Absorber
(front)
1 Pcs
51 Shock Absorbers
Bushing
1 Pcs
52 Side Mirror 1 Pcs
53 Signal Light 1 Pcs
54 Stabilizers 1 PCS
55 Switch Over Valve 1 pcs
56 Tail Light 1 pcs
57 Tail Light Bulb 1 Pcs
58 Tie Rod End 1 PCS
59 Timing Belt 1 Pcs
60 Upper Arm 1 PCS
61 Vehicle tire (
Bridgestone
235/85R16) – All
Terrain
1 Pcs
62 Vehicle tire
(Bridgestone
245/70R16) – All
Terrain
1 Pcs
63 Vehicle tire
(Bridgestone
255/70R16) – All
Terrain
1 Pcs
64 Vehicle tire
(Bridgestone
265/75R16) – All
Terrain
1 Pcs
65 Vehicle tire (Dunlop
235/85R16) – All
Terrain
1 Pcs
66 Vehicle tire ( Dunlop
245/70R16) – All
Terrain
1 Pcs
67 Vehicle tire ( Dunlop
255/70R16) – All
Terrain
1 Pcs
68 Vehicle tire ( Dunlop
265/75R16) – All
Terrain
1 Pcs
69 Vehicle tire ( Falken
235/85R16) – All
Terrain
1 Pcs
70 Vehicle tire ( Falken
245/70R16) – All
Terrain
1 Pcs
71 Vehicle tire ( Falken
255/70R16) – All
Terrain
1 Pcs
72 Vehicle tire ( Falken
265/75R16) – All
Terrain
1 Pcs
73 Vehicle tire ( Fierce
235/85R16) – All
Terrain
1 Pcs
74 Vehicle tire ( Fierce
245/70R16) – All
Terrain
1 Pcs
75 Vehicle tire ( Fierce
255/70R16) – All
Terrain
1 Pcs
76 Vehicle tire ( Fierce
265/75R16) – All
Terrain
1 Pcs
77 Vehicle tire (
Goodyear
235/85R16) – All
Terrain
1 Pcs
78 Vehicle tire (
Goodyear
245/70R16) – All
Terrain
1 Pcs
79 Vehicle tire (
Goodyear
255/70R16) – All
Terrain
1 Pcs
80 Vehicle tire (
Goodyear
265/75R16) – All
Terrain
1 Pcs
81 Vehicle tire ( Ling
long 235/85R16) –
All Terrain
1 Pcs
82 Vehicle tire ( Ling
long 245/70R16) –
All Terrain
1 Pcs
83 Vehicle tire ( Ling
long 255/70R16) –
All Terrain
1 Pcs
84 Vehicle tire ( Ling
long 265/75R16) –
1 Pcs
All Terrain
85 Vehicle tire ( Pirelli
235/85R16) – All
Terrain
1 Pcs
86 Vehicle tire ( Pirelli
245/70R16) – All
Terrain
1 Pcs
87 Vehicle tire ( Pirelli
255/70R16) – All
Terrain
1 Pcs
88 Vehicle tire ( Pirelli
265/75R16) – All
Terrain
1 Pcs
89 Vehicle tire ( Radar
235/85R16) – All
Terrain
1 Pcs
90 Vehicle tire ( Radar
245/70R16) – All
Terrain
1 Pcs
91 Vehicle tire ( Radar
255/70R16) – All
Terrain
1 Pcs
92 Vehicle tire ( Radar
265/75R16) – All
Terrain
1 Pcs
93 Wind Shield 1 Pcs
94 Wiper Blades 1 PCS
95 Wiper motor 1 PCS
2. Cost of labor needed for the below works
Item Name Description Quantity # of labor
hours
Cost of labor
per hour
Total Price
Checking &
Changing of
oil & filter
Cost of
Changing of
vehicle oil &
filter per
vehicle
1
Servicing of
fuel tank
Cost of
Cleaning fuel
tank per
vehicle
1
Changing of
bushings
Cost of
Changing
shocks
absorber
bushings per
vehicle
1
Changing of
front stabilizer
bushings
Cost of
Changing
front stabilizer
bushings per
vehicle
Lot
Changing of
back stabilizer
bushings
Cost of
changing back
stabilizer
bushings
Lot
Wheel
alignment
Cost of wheel
alignment Per
Wheel
1
Servicing of
brakes
Cost of
Changing of
brake pads &
brake shoes
1
Period of Performance: From April 1, 2018 –March 31, 2019
per vehicle
Changing of
Air filter
Cost of
changing Air
filter per
vehicle
1
Changing of
fuel filter
Cost of
changing fuel
filter Per
vehicle
1
Changing of
AC condenser
Cost of
Changing AC
condenser per
vehicle
1
Changing of
AC
evaporator
Cost of
Changing AC
evaporator
per vehicle
1
Changing of
AC pipe
Cost of
Changing
vehicle AC
pipe per
vehicle
1
Changing of
tires
Cost of
changing of
vehicle tires
We, the undersigned, provide the attached quotation in accordance with RFQ # _______
dated _________Our attached proposal is for the total price of _____________________
(figure and in words)
I certify a validity period of _____days for the prices provided in the above Price Schedule. Our
proposal shall be binding upon us subject to the modifications resulting from any discussions.
We understand that DAI is not bound to accept any quotation it receives.
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
Telephone:
Email:
Company Seal/Stamp:
2.1 Attachment B: Detailed Scope of Work
DAI requires the following preventive maintenance services or to supply spare parts and lubricants to its
project vehicles. Standard vehicle preventive maintenance services must be provided consistently at any
given time when required. Customer support in terms of breakdown must also be available on call 24
hours per day, 7 days per week to help solve any issues that may arise during the performance of these
services.
Offeror to provide preventive maintenance services to all project vehicles as
follows:
Changing of engine oil, oil filters & fuel filters including air filters, brake pads & brake shoes etc.
General Air-condition maintenance including refilling of Freon
Cleaning of fuel tank.
Wheel alignment and changing of shock absorber & stabilizer bushings.
Customer service support must be available to solve issues of breakdown vehicle relating to
Service performed.
2.2 Attachment C: Past Performance
Include projects that best illustrate your work experience relevant to the provision of preventive
maintenance services. Projects should have been undertaken in the past two years and be of a similar
technical scope as that of this RFQ.
# Detailed description of
Service Provision
service
provided to:
Client
Name, position
and Tel No
Contract
start date
Contract
end date
1
2
3
4
5
2.3 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.