Request for Proposal (RFP) Reference No: AUAF-RFP Issue Date: November 21, 2017 Deadline: December 07, 2017, from 01:30 to 02:30 PM.

Similar documents
REQUEST FOR QUOTATION (RFP) Issue Date: April 26, Closing Date: May 5, :00 AM

Request for Quotation (RFQ) Solicitation Overview

STATEMENT OF REQUIREMENTS. September 27, 2015

EAST AFRICA TRADE AND INVESTMENT HUB (THE HUB) RFP

East Africa Trade and Investment Hub. Request for Proposals (RFP) RFP-NAI-0016 COPY EDITOR SERVICES. Issue Date: 12 June 2015

1. Request for Proposal Services

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

U.S. - PAKISTAN PARTNERSHIP FOR AGRICULTURAL MARKET DEVELOPMENT

Request for Proposals (RFP)

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Ontario College of Trades

Request for Proposals. For RFP # 2011-OOC-KDA-00

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

Request for Proposals (RFP)

EXPRESSION OF INTEREST. Hiring of Technical and Vocational Training Institutes

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Certifications, Assurances, Other Statements of the Recipient and Solicitation Standard Provisions

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

1 INTERNAL AUDIT SERVICES RFP

1:1 Computer RFP School Year Harrison School District Two

Request for Quotation

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

All proposals must be received by August 30, 2016 at 2:00 PM EST

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

FOR PROFESSIONAL DESIGN SERVICES

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

DEPARTMENT OF DEFENSE (DFAR) GOVERNMENT CONTRACT PROVISIONS

STATE OF MAINE Department of Economic and Community Development Office of Community Development

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Fort Bend Independent School District. Small Business Enterprise Program Procedures

Request for Proposals

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Request for Proposal: Alton Middle School NETWORK CABLING

REQUEST FOR PROPOSALS RFP# CAFTB

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Request for Proposal PROFESSIONAL AUDIT SERVICES

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Request for Proposal (RFP) USAID JORDAN LOCAL ENTERPRISE SUPPORT PROJECT (LENS) RFP# Startup Guide Website

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

In consideration of the mutual covenants and promises contained herein, the parties agree as follows:

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

Request for Proposals (RFP) Strategic Advisor, Diversity in Children s Content Production May 2016 FILING DEADLINE: June 22, 2016

World Bank Iraq Trust Fund Grant Agreement

Request for Proposal Youth Motivational and Workshop Speakers

MISSISISSIPPI STATE UNIVERSITY Request for Proposals (RFP) MSU #18 03 Communications as a Service Solution

Supplement 2 Department of Defense FAR Supplement (DFARS) Government Contract Provisions

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

REQUEST FOR PROPOSAL After Hours Answering Services

REQUEST FOR PROPOSALS

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

GOODWILL YOUTHBUILD GED/High School Education Instruction

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

General Procurement Requirements

RFP FOR PROFESSIONAL SERVICES

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Request for Proposals VoIP E-Rate Project Perry County School District. 105 Main Street. New Augusta, MS

Strengthening Democratic Governance and Accountability Project (SDGAP) Request For Proposals (RFP) Issue Date: May 22, 2018

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Office Security Services in Pakistan RFP/17/015

Social Media Management System

ISSUING AGENCY INFORMATION. Guam Economic Development Authority. John A. Rios Administrator

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

October 7, RFQ Tetra Tech AESP Year 7- Cleaning Supplies, Kabul, Afghanistan

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

City of Gainesville State of Georgia

Promote: Women in the Economy (WIE)

Disadvantaged Business Enterprise Supportive Services Program

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

City of Mount Rainier

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

The First Microfinance Bank Afghanistan (FMFB-A)

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI-0059

REQUEST FOR PROPOSAL

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

Dakota County Technical College. Pod 6 AHU Replacement

Transcription:

Request for Proposal (RFP) Reference No: AUAF-RFP-17-017 Issue Date: November 21, 2017 Deadline: December 07, 2017, from 01:30 to 02:30 PM Project Supply & Installation of 3 rows twisted cable, 3 rows razor wire, and Y- Type stand including all workmanship and installation for AUAF Required Sealed Financial bid must be submitted with and including the technical specifications and installation timeline Pre-Bid/Proposal Conference: December 03, 2017, at 02:00 PM The Proposal will be accepted from 01:30 PM to 02:30 PM on December 07, 2017. Please ensure to sign the registration sheet at the AUAF gate while submitting sealed proposal!! The American University of Afghanistan Darul Aman Road, District 6, Kabul, Afghanistan Annex 1 - Instructions to Offerors (page 2) Annex 2 - RFP Terms and Conditions (page 3) Annex 3 Technical Design (Sketch) (page 9) Annex 4 - Cover letter (page 10) Annex 5 - Required Certificate (page 11) Annex 6 - Business License (Page 15) Annex B - Relevant capability, experience and past performance (page 16) Page 1 of 16

Annex 1 - Instructions to Offerors American University of Afghanistan (hereinafter referred to as AUAF ), is issuing a Request for Proposals (RFP) for 3 rows twisted cable, razor wire, and Y-Type stand. The following RFP contains all the necessary information for interested offerors. The American University of Afghanistan (AUAF) is Afghanistan's only private, not-for-profit, institution of higher education, offering internationally-supported degree programs and education. AUAF is seeking qualified offerors to submit their proposals for the Supplying & Installation of 3 rows twisted cable, razor wire, and Y-Type stand including all workmanship and installation for AUAF Campuses as listed in the Statement of Work/Specification RFP in Paragraph 6. All interested suppliers who have similar experience and qualification in supplying and installation of 3 rows twisted cable, razor wire, and Y-Type stand to international organizations or NGOs are invited to bid. Offerors should indicate their interest in submitting a financial proposal for the anticipated Purchase Order by hard copies to the AUAF Procurement Department on Darul Aman main road, Kabul, Afghanistan by no later than December 07, 2017, from 01:30 PM to 02:30 PM. AUAF realizes that offerors may have additional questions after reading this RFP. In response, AUAF is planning to hold a proposal conference at the AUAF old campus at Darul Aman Road, Kabul, at 02:00 PM on December 03, 2017, to provide prospective suppliers an opportunity to learn more about the works, to have questions about this RFP answered, to do a physical visit of the installation site, and to learn more about the proposal and contracting process. AUAF encourages all interested offerors to attend the proposal conference. Pre-registration to attend the proposal conference is compulsory and proposal will not be accepted from suppliers who do not attend the proposal conference. Please send your pre-registration and any advance questions to the AUAF Procurement Department by sending an email indicating your intention at procurement@auaf.edu.af by 04:00 PM on December 02, 2017. This RFP does not obligate AUAF to execute a Purchase Order nor does it commit AUAF to pay any costs incurred in the preparation and submission of the proposal. Furthermore, AUAF reserves the right to reject any and all offers, if such action is considered to be in the best interest of AUAF. Chronological List of Proposal Events The following calendar summarizes important dates in the solicitation process. Offerors must strictly follow these deadlines. RFP announcement November 21, 2017 RFP published November 21, 2017 Deadline for written questions December 02, 2017 Site visit and proposal conference pre-registration deadline December 02, 2017 Answers provided to questions/clarifications December 03, 2017 Site visit and proposal conference December 03, 2017 RFP due date December 07, 2017 Purchase Order award (estimated) December 15, 2017 The dates above may be modified at the sole discretion of AUAF. Any changes will be published in an amendment to this RFP. Page 2 of 16

Annex 2 - RFP terms and Conditions 1. Government Withholding Tax Pursuant to Article 72 in the Afghanistan Tax Law effective March 21, 2009, AUAF is required to withhold "Purchase Order or" taxes from the gross amounts payable to all Afghan/International forprofit vendors. In accordance with this requirement, AUAF shall withhold two percent (2%) tax from all gross invoices to Afghan vendors under this Purchase Order with active AISA and Ministry of Telecommunication license. For vendors without active AISA or Ministry of Telecommunication license, AUAF shall withhold seven percent (7%) "Purchase Order or" taxes per current Afghanistan Tax Law. Before the signing of this Purchase Order, the Purchase Order or/vendor will provide a copy of the organization's AISA or Ministry of Telecommunication license and TIN (Tax Identification Number). Amounts deducted from the invoices will be forwarded to the Ministry of Finance (MOF) Tax Division credited to the firm's TIN. Records of payments to the MOF shall be maintained on file with AUAF. 2. Penalty Charges If the offeror fails to provide the specified goods and/or services in the Statement of Work/Specification, Paragraph 6 of this RFP, AUAF shall, without prejudice to its other remedies under the Purchase Order price, as liquidated damages, deduct a sum equivalent to five percent (5%) of the Purchase Order total for the undelivered service required by AUAF until actual delivery, up to a maximum deduction of Ten Percent (10%) of the Purchase Order value. 3. Source, Origin and Nationality Any Purchase Order resulting from this RFP will be financed by USAID funding and will be subject to U.S. Government and USAID regulations. The authorized USAID geographic code for this RFP and any resulting Purchase Order is Code 937. Code 937 is defined as the United States, the cooperating country, and developing countries other than advanced developing countries, and excluding prohibited sources. A list of developing countries, advanced developing countries, and prohibited sources, is available in USAID s Automated Directives System, ADS 310 (http://www.usaid.gov/policy/ads/300/310.pdf). All commodities and services supplied under any Purchase Order resulting from this RFP must meet this geographic code in accordance with the US Code of Federal Regulations (CFR), 22 CFR 228. The following applies to this RFP, all related correspondence, and any resulting Purchase Order: A. Definitions: 1. Cooperating Country: Cooperating country means Afghanistan. 2. Source: Source means the country from which a commodity is shipped to the cooperating country or the cooperating country itself if the commodity is located therein at the time of purchase. However, where a commodity is shipped from a free port or bonded warehouse in the form in which received therein, source means the country from which the commodity was shipped to the free port or bonded warehouse. 3. Nationality: Nationality refers to the place of incorporation, ownership, citizenship, residence, etc. of suppliers of goods and services. If the Offer is an individual, the Offeror must be a citizen or lawful permanent resident (or equivalent immigration status to live and work on a continuing basis) of a country in Code 937. If the Offeror is an organization, the organization must (1) Be incorporated or legally organized under the laws of a country in Code Page 3 of 16

937; (2) Must be operating as a going concern in a country in Code 937, and either (3) Be managed by a governing body, the majority of whom are citizens or lawful permanent residents (or equivalent immigration status to live and work on a continuing basis) of countries in Code 937, or (4) Employ citizens or lawful permanent residents (or equivalent immigration status to live and work on a continuing basis) of a country in Code 937, in more than half its permanent full-time positions and more than half of its principal management positions. 4. Prohibited Source: Burma (Myanmar), Cuba, Iraq, Iran, Laos, Libya, North Korea, (North) Sudan, and Syria. The offeror resulting from this RFP may not supply any equipment or services that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the above listed prohibited sources. B. Application: The source and nationality of all equipment and services in response to this RFP must meet the USAID geographic Code 937 requirements in accordance with 22 CFR 228. C. No items, items with components from, or related services may be offered from any prohibited source. Related services include incidental services pertaining to any/all aspects of this work to be performed under a resulting Purchase Order (including transportation, fuel, lodging, meals, and communications expenses). All equipment and services proposed through any offer in response to this RFP must meet geographic Code 937. 4. Inspection AUAF shall have reasonable time to inspect the goods and/or services and to reject acceptance if not conforming to the Scope of works and technical specifications of the Purchase Order. 5. Materials and Workmanship All materials and workmanship shall be in accordance with the International Building Code (IBC). 6. Statement of Work/Specification: The American University of Afghanistan (AUAF) intends to sign Purchase Order with an Afghan company based in Kabul for supplying and installing 3 rows twisted cable, 3 rows razor wire, and Y- Type stand for razor wire including all workmanship and installation costs for AUAF Campuses as follows: A. Scope of Work Scope of work is to provide AUAF that includes but is not limited to installation only. It should cover supply, design, installation, manpower, and implementation, and providing warranty for the total work including all hardware, software, materials, services, and support, for AUAF. SCOPE OF WORK: Provide labor, materials, equipment, supervision and anything else necessary for the Installation of 3 rows Twisted Cable, 3 rows Razor Wire & Y-Type Stand at AUAF Campuses in strict accordance with international standards as specified on the international building code and detail sketches included in this RFP. Page 4 of 16

The selected vendor shall supply and install the equipment to AUAF campus located on Darul Aman Road, Kabul City. AUAF is seeking qualified construction company and /or logistics company for the supply and installation of twisted cable 20mm diameter to connect the T-Walls together, the mentioned cable must run three rows (top, middle and bottom) with proper trim and tighten at AUAF International Campus and West Campuses. Second and thirds item is supply and installation of 3 rows razor wire on top of T-Walls with Y-type GI 2 inch pipe, 2mm thick based on the attached drawings including the labor and materials. The Y-type GI pipe must be placed at 1.5 meter intervals center to center. The razor wire should be hot dipped galvanized (CBT-65) with a diameter of 45 cm/450 mm with a weight of 4.3 kg per bundle, 8 meters in length, consisting of 33 loops and each barb blade being 65mm +/- 2mm in length, 21mm +/- 1mm in width and spaced 100mm +/- 2mm apart. The payment will be made after actual work done on site by the vendor and final acceptance to AUAF. The length of the cable and razor wire is based on the linear meter of T-Walls, the vendor must consider the bending of the cable, tighten and proper way with safety environment to perform the task. Total length of T-wall is approximately 2,327 meters, and each T-wall is 600cm in height. B. Technical Specification: 1) Razor Wire Please refer to the following photos for technical specification of razor wire: The razor wire should be hot dipped galvanized (CBT-65) with a diameter of 45 cm/450 mm with a weight of 4.3 kg per bundle, 8 meters in length, consisting of 33 loops and each barb blade being 65mm +/- 2mm in length, 21mm +/- 1mm in width and spaced 100mm +/- 2mm apart Adjacent coil loops shall be alternately clipped together at three points about the circumference to produce the concertina effect upon deployment. Spacing between attachments points when deployed shall be 400 mm. Page 5 of 16

2) Twisted Cable The twisted cable must be 20mm diameter to connect the T-Walls together, and must run three rows (top, middle and bottom) with proper trim and tighten. 3) Y-Type GI pipe Stand The Y-type must be GI 2inches, and 2mm thick pipe based on the attached drawings. The Y-type GI pipe must be placed at 1.5 meter center to center. The length of the cable and razor wire is based on the linear meter of T-Walls, the vendor must consider the bending of the cable, tighten and proper way with safety environment to perform the task. C. Deliverables The successful offeror shall deliver the goods required and complete the installation within 90 days for both, international and west campuses. If the above timeline is not possible to meet, then vendors/suppliers shall submit their deliverable timeline in the table: Number Deliverable Name Due Date 1 [Insert deliverable name from II.3] X weeks after Purchase Order signing 2 [Insert deliverable name from II.3] Y weeks after Purchase Order signing 3 [Insert deliverable name from II.3] Z weeks after Purchase Order signing D. Bill of Quantity Vendors must fill the table below in order to send their prices for the complete goods and services: # Generic Description QTY Unit 1 2 Supply and installation of 3 rows twisted cable with 20mm diameter including all needed materials and workmanship according to the listed specifications and scope of works in paragraph 6 th, section A & B. Supply and installation of 3 rows razor wire including all needed materials and workmanship according to the listed specifications and scope of works in paragraph 6 th, section A & B. 7,359 Meter 7,048 Meter Unit Cost US Dollars Total Cost US Dollars 3 Y-Type G.I Pipe 2 inches stand, for Razor Wire including base plate with anchor, pipe caps at ends, and all needed materials and workmanship according to sketch and listed specifications and scope of works in paragraph 6 th, section A & B... 1,620 Each Total Price in US Dollars The shortlisted supplier will be contacted and must provide samples of all three items before the award is finalized, and AUAF will not pay for any costs of the samples and its transportation. Page 6 of 16

7. Evaluation and Basis for Award: Eligibility of Proposals for Evaluation Process: # Eligibility Terms YES NO 1 2 All interested offerors must attend the pre-bid/proposal conference which dues on 12/03/2017. Proposals will not be considered from offerors who do not attend the site visit/proposal conference and will be disqualified. Offerors Must have a valid business license: Proves should be attached If the License renewal is under process. In evaluating proposals, AUAF will use the following evaluation criteria: The proposals will be evaluated in terms of fairness, cost-consciousness, and best value to the AUAF considering both technical and cost factors. An award will be made to a responsible offeror whose offer follows the RFP instructions, and meets or exceeds the minimum required technical specifications, and is judged to be the best value based on a lowest-price, technically-acceptable basis Method (FAR Part: 15.101-2). AUAF may reject all of the proposals submitted for good cause. AUAF may negotiate price or service provided in terms with one or more of the bidders if it feels that negotiations would improve the chances that AUAF receives better proposals. 8. Negotiations Best offer proposals will be requested. It is anticipated that a Purchase Order will be awarded solely on the basis of the original offers received. However, AUAF reserves the right to conduct discussions, negotiations and/or request clarifications prior to awarding a Purchase Order. Furthermore, AUAF reserves the right to conduct a competitive range and to limit the number of offerors in the competitive range. At the sole discretion of AUAF, offeror may be requested to conduct oral presentations. If deemed an opportunity, AUAF reserves the right to make separate awards per component or to make no award at all. 9. Offer Deadline Offerors shall submit their proposals in hard copies. Hard-copy offers must be received no later than December 07, 2017, from 01:30 PM to 02:30 PM, local Kabul time at the following address: Name: Hamayoon Qudosi Email: hqudosi@auaf.edu.af Phone: +93 (0) 795 192 607 Add: AUAF Old (West) Campus at Darul Aman Road, next to Sanitarium Street, Kabul Emailed offers will not be considered. Faxed offers will not be considered. Offerors are responsible for ensuring that their offers are received in accordance with the instructions stated herein. Late offers may be considered at the discretion of AUAF. AUAF cannot guarantee that late offers will be considered. Page 7 of 16

10. Others: AUAF is a non-for-profit educational institution expects to be charged no more than standard humanitarian agency rates. This is a Request for Proposals only. Issuance of this RFP does not in any way obligate AUAF to make an award or pay for costs incurred by potential offerors in the preparation and submission of an offer. FAR Clauses which will be incorporated by reference: 52.202-1 Definitions. 52.203-5 Covenant Against Contingent Fees. 52.203-6 Restrictions on Subcontract Sales to the Government. 52.203-7 Anti-Kickback Procedures. 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 52.204-19 Incorporation by Reference of Representations and Certifications. 52.203-8 Cancellation, Recession, and Recovery of Funds for Illegal or Improper Activity. 52.203-13 Contractor Code of Business Ethics and Conduct. 52.203-16 Preventing Personal Conflicts of Interest. 52.204-2 Security Requirements. 52.204-7 System for Award Management. 52.216-24 Limitation of Government Liability. 52.216-25 Contract Definiization Page 8 of 16

Annex 3 Technical Design (Sketch) Page 9 of 16

Annex 4 - Cover Letter [Offeror: Insert date] [Insert name of point of contact for RFP] [Insert designation of point of contact for RFP] [Insert project name] [Insert project office address] Reference: Subject: Request for Proposals [Insert RFP name and number] [Offeror: Insert name of your organization] s technical and cost proposals Dear Mr./Mrs. [Insert name of point of contact for RFP]: [Offeror: Insert name of your organization] is pleased to submit its proposal in regard to the abovereferenced request for proposals. For this purpose, we are pleased to provide the information furnished below: Name of Organization s Representative Name of Offeror: Type of Organization: Taxpayer Identification Number Address: Address: Telephone: Fax: E-mail: As required by section I, I.7, we confirm that our proposal, including the cost proposal will remain valid for [insert number of days, usually 60 or 90] calendar days after the proposal deadline. We are further pleased to provide the following annexes containing the information requested in the RFP: [Offerors: It is incumbent on each offeror to clearly review the RFP and its requirements. It is each offeror's responsibility to identify all required annexes and include them] I. Copy of registration or incorporation in the public registry, or equivalent document from the government office where the offeror is registered. II. Copy of company tax registration, or equivalent document. III. Copy of trade license, or equivalent document. IV. Evidence of Responsibility Statement. Sincerely yours, Signature [Offeror: Insert name of your organization's representative] [Offeror: Insert name of your organization] Page 10 of 16

Annex 5 - Required Certifications Federal Acquisition Regulation mandates certain certifications that offerors are required to sign as part of a request for Purchase Order proposal (RFP) funded with federal funds. A list of required certifications should be included in the solicitation document for Purchase Order s that have not been priced as part of the prime Purchase Order and Offerors must submit all the certifications to be responsive to the RFP. The required certifications are as follows and their full text can be found in the following pages. Additional certifications may be required depending upon the prime Purchase Order terms and conditions. Evidence of Responsibility Statement Certification describing internal policies and procedures, listing authorized signatories, and stating that the company is able to comply with the terms and conditions of the Purchase Order. This is applicable to all solicitations regardless of value. Prohibition on Assistance to Drug Trafficking Participant Certification (Section 487 of the Foreign Assistance Act/ADS 206). Certifies that key individuals of Purchase Order or are not or have not been involved in drug trafficking. Requirement for certification applies to Purchase Order in covered countries (identified annually by the President of the United States as major, illicit, drug-producing or drug-transit countries) and in principle is not required from most Purchase Order except for: (1) intermediate credit institutions (entity receiving USAID funds for the purpose lending to third parties) and; (2) Purchase Order ors specifically designated by USAID to receive or provide more than $100,000 in covered assistance. Designation means that Purchase Order or has been unilaterally selected by USAID as the Purchase Order. USAID approval of a Purchase Order or, selected by another party, or joint selection by USAID and another party is not designation. To assess if this certification is required, check prime Purchase Order terms and conditions. Page 11 of 16

Evidence of Responsibility Statement 1. Authorized Negotiators Company Name proposal for Proposal or AUAF RFP Name may be discussed with any of the following individuals. These individuals are authorized to represent Company Name in negotiation of this offer in response to RFP No. List Names of Authorized signatories These individuals can be reached at Company Name office: Address Telephone/Fax Email address 2. Adequate Financial Resources Company Name has adequate financial resources to manage this Purchase Order, as established by our audited financial statements (OR list what else may have been submitted) submitted in this proposal. 3. Ability to Comply Company Name is able to comply with the proposed delivery of performance schedule having taken into consideration all existing business commitments, commercial as well as governmental. 4. Record of Performance, Integrity, and Business Ethics Company Name record of integrity is (describe, e.g. outstanding), as shown in the Representations and Certifications. We have no allegations of lack of integrity or of questionable business ethics. Our integrity can be confirmed by our references in our Past Performance References, contained in the Technical Volume, Annex, etc. 5. Organization, Experience, Accounting and Operational Controls, and Technical Skills (Purchase Order or should explain which department will be managing the Purchase Order, type of accounting and control procedure they have to accommodate the type of Purchase Order that is being considered) 6. Equipment and Facilities (Purchase Order or should state and explain that they have necessary facilities and equipment to carry out the Purchase Order) 7. Eligibility to Receive Award (Purchase Order or should state that they are qualified and eligible to receive an award under applicable laws and regulation and that they are not included in any list maintained by the US Government of entities debarred, suspended or excluded for US Government awards and funding. The Purchase Order or should state whether they have performed work of similar nature under similar mechanisms for USAID. They should provide their DUNS number here if applicable.) 8. Commodity Procurement (Purchase Order or will explain its procurement policies and practice. State if a procurement/purchasing manual is in place, etc. This section could be deleted if the Purchase Order or doesn t have this capacity or if Purchase Order will not include procurement) Page 12 of 16

9. Cognizant Government Audit Agency (Purchase Order or should provide Name, address, phone of their auditors whether it is DCAA or independent CPA) 10. Acceptability of Purchase Order Terms (Purchase Order or should state its acceptance of the proposed Purchase Order terms) 11. Recovery of Vacation, Holiday and Sick Pay (Purchase Order or should explain how they recover vacation, holiday, and sick leave) 12. Organization of Firm (Purchase Order or should explain how their firm is organized for example regionally or by technical practice) Date: Name: Signature: Page 13 of 16

KEY INDIVIDUAL CERTIFICATION NARCOTICS OFFENSES AND DRUG TRAFFICKING I hereby certify that within the last ten years: 1. I have not been convicted of a violation of, or a conspiracy to violate, any law or regulation of the United States or any country concerning narcotic or psychotropic drugs or other controlled substances. 2. I am not and have not been an illicit trafficker in any such drug or controlled substance. 3. I am not and have not been a knowing assistor, abettor, conspirator, or colluder with others in the illicit trafficking in any such drug or substance. Signature: Date: Name: Title/Position: Organization: Address: Date of Birth: NOTICE: 1. You are required to sign this Certification under the provisions of 22 CFR Part 140, Prohibition on Assistance to Drug Traffickers. These regulations were issued by the Department of State and require that certain key individuals of organizations must sign this Certification. 2. If you make a false Certification you are subject to U.S. criminal prosecution under 18 U.S.C. 1001. Page 14 of 16

Annex 6 OFFEROR S BUSINESS LICENSE Please attach here Page 15 of 16

Annex 7 SUMMARY OF RELEVANT CAPABILITY, EXPERIENCE AND PAST PERFORMANCE Include projects that best illustrate your experience relevant to this (RFP) or similar activities, sorted by decreasing order of completion date. Projects should have been undertaken in the past three years (i.e. 2014, 2015 and 2016). No Project Title and Description of Activities Location Province/District Client Name/Tel # Cost in US$ Start Dates End Dates Completed on Schedule (Yes/No) SubPurchase Order or or Prime Purchase Order or? 1 Name: Designation: Mobile #: Email Add: 2 3 Page 16 of 16