STATEMENT OF REQUIREMENTS. September 27, 2015

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

Request for Quotation (RFQ) Solicitation Overview

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

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

East Coast Migrant Head Start Project REQUEST FOR PROPOSAL

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

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

REGISTERED DIETITIAN

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

REQUEST FOR PROPOSAL. for. Brazos Valley Workforce Development Area Rapid Response Services

REQUEST FOR QUALIFICATIONS FOR ENGINEERING DESIGN SERVICES ADAPTIVE SIGNAL CONTROL TECHNOLOGIES SYSTEMS ENGINEERING ANALYSIS

KELLER INDEPENDENT SCHOOL DISTRICT

Request for Proposal Youth Motivational and Workshop Speakers

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

SUBRECIPIENT COMMITMENT FORM

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

INVITATION FOR BID (IFB) COLOR/BLACK & WHITE COPIER/PRINTER

US Federal Contractor Registration CCR and ORCA Worksheet

STONE CHILD COLLEGE. The contract will be for one (1) year and correspond with the fiscal year of the College, which is July 1, 2018 to June 30, 2019.

Funded in part through a grant award with the U.S. Small Business Administration

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

Alabama Workforce Investment System

SUBRECIPIENT COMMITMENT FORM

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

REGION III EDUCATION SERVICE CENTER 1905 Leary Lane, Victoria, Texas Phone: (361) Fax: (361)

REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES

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

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

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

Appendix III. Service Provider Application Formats

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

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Request for Qualifications Specification No. RFQ For. CEDA LIHEAP & WEATHERIZATION INTAKE SITES for COOK COUNTY

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

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

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

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

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

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

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

EAST AFRICA TRADE AND INVESTMENT HUB (THE HUB) RFP

REQUEST FOR STATEMENTS OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ANIMAL INDUSTRY

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

Response to Question Related to the RFP for Call Center Services Broward County. Question: Is the November 1 start date flexible?

Request for Proposals: Instructional Services for the Presentation of. Combustion Evaluation (APTI 427) in Anchorage, Alaska

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

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

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

Request for Quotation. to Provide Independent Auditing Services. for Texoma Workforce Development Board

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

General Procurement Requirements

REQUEST FOR PROPOSAL #MAC103017

The First Microfinance Bank Afghanistan (FMFB-A)

LOW INCOME HOME ENERGY ASSISTANCE PROGRAM ABBREVIATED STATE PLAN FOR FY 2014

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

The Pennsylvania Global Access Program

(RFP) UEST REQU FOR RFP. Submit To:

City of Gainesville State of Georgia

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

DEFINITIONS. Subpart 1. Scope. As used in this chapter, the following terms have the meanings given them in this part.

Pierce County Community Connections

U.S. - PAKISTAN PARTNERSHIP FOR AGRICULTURAL MARKET DEVELOPMENT

Rhode Island Commerce Corporation. Rules and Regulations for the Innovation Voucher Program

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

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

1. Request for Proposal Services

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

REQUEST FOR PROPOSALS (RFP) AND GENERAL INSTRUCTION TO SERVICE PROVIDERS BID DATA SHEET (BDS)

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

Procurement Processes Policy

REQUEST FOR PROPOSAL

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

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

Request for Qualifications CULTURAL COMPETENCY TRAINING

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Insert in subject line: Proposal for Developing and Producing a Forest-PLUS Program Video

Request for Proposals (RFP) for Technical Assistance U.S. Department of Housing and Urban Development Programs

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

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI

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

Request for Proposals Fiber Optic Upgrades To Support a 10 Gbps Backbone Introduction Instructions and Requirements for Vendors NOT

For additional information or questions, please contact s.c. department of commerce:

Ontario School District 8C

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS

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

Trust Fund Grant Agreement

ADDENDUM # /JSW Professional Engineering Services to Test, Adjust, and Balance HVAC Systems

RFP # Digital Marquee PROPOSAL OPENING DATE: January 10, 2018

Request for Quotation

Transcription:

FOR QUOTATION Request for Subcontract Modification Proposal: Project No. 127-1298-12001 USAID / Afghanistan Engineering Support Program In support of the United States Department of State U.S. Agency for International Development Prime Contract # EDH-I-00-08-00027-00 Task Order # 01 REQUEST STATEMENT OF REQUIREMENTS September 27, 2015 Request for Quotation: RFQ number: 2015-0002 Tetra Tech (OEGI-AESP) Provision of Internet Services 16 MB Wireless (with VSAT) back up in Kabul, Afghanistan Date This Request for Quotation Issued RFQ available for Distribution to Vendors until RFQ must be returned to AESP no later than RFQ opening and Review Date September 27, 2015 time 02:00PM October 8, 2015 time 04:30 PM October 8, 2015 time 04:30 PM October 10, 2015 Reference: USAID/Tetra Tech Contract No. EDH-I-00-08-00027-00, Task Order No. 1 Office of Economic, Growth & Infrastructure (OEGI), Kabul, Afghanistan. 1.0 Request for Proposal Tetra Tech is sending a Request for Proposal (RFP) for Bidders to: a. Furnish and install ISP equipment (free lease preferable) b. Furnish continuous internet service connectivity; and, c. Furnish technical service support d. Bid for 16 MB Microwave internet connection in Kabul Afghanistan Tetra Tech, Inc. 1 Grant Street, Framingham, MA USA 01701 Tel 508.903.2000 Fax 508.903.2001 www.tetratech.com

Tetra Tech invites Firms to submit a Best-Offer Bid for Internet Services as described above, to a U.S. Agency for International Development (USAID) funded contract no. EDH-I-08-00027-00, Task Order No. 1 in the Central Region of Afghanistan. 2.0 Time Schedule The ISP provider is requested to provide internet services for a period of approximately 12 months beginning on or about November 8, 2015 and ending on or about November 8, 2016. 3.0 Quotation Format In order to qualify for this procurement, all bidders are requested to provide the following information, and format their bids as follows: 1. Basic information on the Bidder, 2. Copy of work license of Legal Operation documents. 3. Support documents to confirm the company has worked with International NGOs. 4. Cost Proposal - a detailed fixed cost proposal in USD should be submitted using the form in Appendix B. Bidders may bid for the requested bandwidth Microwave per the specification provided in the Technical Approach Section of this RFQ by following the format presented in the Appendix B: PROPOSAL FIRM FIXED UNIT PRICE OFFER. 5. Exceptions to the RFQ In accordance with FAR 52.211, variations in the quantity or specified type of any item called for in this RFQ and described in your proposal will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing. Allowances in manufacturing processes must be approved in writing by TetraTech, Operations Manager. Any exceptions to the RFQ should be noted by the Bidder here. 6. Delivery Schedule a brief confirmation of vendors, statement on last page of attachment B indicating their ability to deliver to Tetra tech Villa. 7. Tetra Tech requests all bidders to confirm that they can meet proposed delivery schedules or otherwise bidders may propose a delivery schedule in which they can deliver the items in Appendices A and B of this RFQ. 8. Completed Representations & Certifications as requested in Appendix E and confirmation of your willingness to comply with Tetra Tech s standard Terms and Conditions from USAID (available upon request). 4.0 Details Required in the Proposal (Technical Approach) Firms are to provide the following quotations for internet services that Tetra Tech will evaluate for possible use: 2

4.1 Microwave Internet Connection 16 MB (with VSAT back up) The Service Provider shall provide 16 MB microwave internet connection services to our offices in Kabul Afghanistan offering the following services: 24/7 online and on call technical internet services support; wireless internet connection with a 100% dedicated ratio 1:1 download speed eight (8) megabits upload speed eight (08) megabits, with latency of no more than 300ms with not a single packet drop. Provide specifications and brand names for the recommended microwave equipment. Provide open internet connection with no restrictions imposed on the service from the provider. Inform advance notification of any intended future maintenance outages that will affect our connection The connection failure caused by the ISP or anything beyond the control of ISP should be resolved within 24hrs ISP to provide licensed microwave frequency that will not be susceptible to interference from military jammers. Ensure the full protection of the equipment and cables from any external damages The data traffic should not be routed through Iran or Iranian providers The Service Provider is also required to provide dedicated VSAT back up service 512/1MB at no additional cost to TetraTech and bandwidth graph monitoring online tools such as MRTG. The Service Provider should also provide Automatic failover switch- to switch from Wireless to VSAT. 5.0 Equipment: The Service Provider is responsible for providing all materials including all necessary software and equipment for carrying out the complete internet services installation that is mentioned in the Appendix B: Proposal FIRM FIXED UNIT PRICE OFFER. The lists provided in this RFQ are illustrative the Service provider will provide all necessary equipment to operate the services requested. The supplier shall provide quality services with a minimum 99% uptime to Tetra Tech as requested and in accordance with the terms of this RFP. The supplier shall provide continuous working services. The supplier shall coordinate all works with Tetra Tech s IT department and support them as needed within 2 hours in order to provide good quality internet service. The supplier shall be available 24/7/365 by phone, Skype, and email to provide remote troubleshooting assistance. Upon request by Tetra tech, the supplier shall provide an expert technician to troubleshoot any failures in their equipment and/or services. When required by Tetra Tech, this technician shall reach the Tetra Tech Kabul office within 2 hours maximum. 3

The Service Provider awarded this contract shall provide a minimum of one (1) week service testing to ensure that the service provided meets with the specified requirements. Packet loss should not be greater than 5% measured as follows: - ICMP echo ping packets will be sent to a www public site such as www.google.com at a rate of 20 or more each 5 minutes. For example: - Ping testing will normally be conducted during network loads of 50-80% if possible. - A loss, or a response time > 750 ms, of more than 5% (>1 out of 20) for any 5 minute interval will cause that 5 minute period to be counted as unacceptable. If the number of unacceptable 5 minute periods exceeds 5% of the number of periods in a calendar month is unacceptable. The payment for any month with an unacceptably high rate of packet loss will be reduced by a percentage equal to the percentage of packet loss in > excess of 5%. 6.0 Submission Requirements 6.1 Submission of Proposal All responses must be in English, in PDF or word format and sent via e-mail (documents needing signature/stamp should be scanned) indicating the RFP number and closing date to: Contracts and Procurement Department, aesp.procurement@tetratech.com. Hard Copies of the proposal may also be submitted to the Tetra Tech - AESP Office. Please call for the address at the mobile number: +93(0)729 131 975. The proposal should be in a sealed envelope, clearly labeled with the subject RFQ number and to the attention of the Contracts & Procurement Department. The Bidder shall submit its best price offer/proposal as per the following requirements: 1. Include a proposal cover letter: signed by a person authorized to sign on behalf of the Bidder. Use the template in Appendix A and feel free to add any other pertinent information. 2. All prices shall be quoted in United States Dollars (USD) only. 3. Bidder shall submit quotes in prescribed format of Appendix B. 4. In case of a price discrepancy between the unit price and the subtotal price, the unit price shall prevail. 5. The rates quoted shall be for complete service inclusive of all taxes and all charges for service contingent to the installation and work. 6. Tetra Tech is exempt from import duties into Afghanistan. 7. The Award will be a fixed unit price contract or purchase order. 8. The period for completion of project is approximately 12 Months with possibility of extension. 4

9. Tetra Tech shall have the right to increase or decrease the time for performance of the services mentioned in this RFP. 10. Bidders shall provide CVs of key all proposed team members proposed for this assignment, describing their respective roles and responsibilities. Copies of certificates of each of the proposed team members demonstrating their Experience in troubleshooting and communication management should be attached. 11. Bid validity: Net 30 days from date of submission. 6.2 Submission of Questions Bidders shall submit questions regarding this Request for Quotation no later than October 5, 2015 by 4:30 pm, Kabul local time. Bidders must address all questions in writing to aesp.procurement@tetratech.com Insert in subject line: Request for Proposal: RFQ 2015-0002 Tetra Tech (OEGI- AESP) Provision of Wireless Internet Services, Kabul Afghanistan 6.3 Proposal Deadline Offer/bid must be sent/delivered no later than October 8, 2015, by 4:30 pm Kabul, local time. Offers received after the closing date, will not be given consideration and will be counted as non-responsive. 7.0 Payment The ISP provider shall bill monthly. Tetra Tech shall pay valid and approved invoices within 30 days of receipt from the ISP provider. Service Provider invoice shall only be paid when all reports, services and deliverables have been certified complete and accepted by Tetra Tech. Payment shall be by Electronic Fund Transfer (EFT) directly to the bank account of the provider s company or by check. All payments are subject to withholding of applicable taxes as required by Afghanistan Tax Law or any other applicable law. 8.0 Evaluation Criteria All proposals received in response to this solicitation will be evaluated and scored by evaluation sub factors. The contract shall be awarded on a best value basis. The following sub factors shall be used to evaluate offers: Technical Acceptability/Qualifications (Up to 40 points) Past Experience in similar projects (Up to 20 points) Cost (Up to 40 points) Tetra Tech reserves the right to reject any and all bids in its sole discretion for any reason whatsoever, including convenience. 5

9.0 RFP Cancellation Reservation Tetra Tech reserves the right to cancel or modify the terms of the RFP prior to award if the project goals cannot be achieved through the RFP process. Tetra Tech shall notify all Bidders, in writing, of any cancellation or modification to this RFP. Tetra tech is not responsible for making an award or for the Bidder s proposal costs. 10.0 List of Appendices To Be Completed Appendix A: Cover Letter Appendix B: Proposal: FIRM FIXED UNIT PRICE OFFER Appendix C: Summary of Relevant Capability, Experience and Past Performance Appendix D: Copy of Business License/Certificate Appendix E: Bidder Representations and Certifications 11.0 List of Attachments 6

REQUEST FOR PROPOSAL Request for Proposal No 0002: Project No. 127-1298-12001 USAID / Afghanistan Engineering Support Program In support of the U.S. Agency for International Development Prime Contract # EDH-I-00-08-00027-00 Task Order # 01 APPENDIX A: PROPOSAL COVER LETTER < > [On Letterhead] TO: TETRATECH Contracts & Procurement Manager Kabul, Afghanistan Ladies and Gentlemen: We, the undersigned, offer to provide our bid to the Request for Proposal to TetraTech RFQ NO 2015-0002 for provision of internet services Kabul, Afghanistan in accordance with your Request for Proposal dated September 27, 2015 and our Proposal (Technical and Financial). Our attached Proposal is for the sum of <Sum in Words ($0.00 Sum in Figures) >. Our Proposal shall be binding upon us subject to the modifications resulting from contract negotiations, up to expiration of the validity period of the Proposal, i.e., < >. All the works under this project will be completed in calendar days from the time of signing the Contract Agreement. We wish to confirm that we have attached all the required documents requested in this RFQ We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, 7

Authorized Signature: Name and Title of Signatory: Name of Firm: Address: 8

REQUEST FOR PROPOSAL Request for Proposal No 0002: Project No. 127-1298-12001 USAID / Afghanistan Engineering Support Program In support of the U.S. Agency for International Development Prime Contract # EDH-I-00-08-00027-00 Task Order # 01 Wireless Internet Connection with V-SAT satellite backup connection No. Description Qty Unit Unit Cost USD Total Cost USD 1 Microwave Internet Connection 100% Dedicated, Ratio 1:1 download speed eight (08) megabits upload speed eight (08) megabits 2 Microwave Device (Netronics Net Stream 5x36 ) Ethernet cable 10 meter approximately, pole 1 meter, including installation, failover switch 3 KU Band V-SAT backup 512 Kbps upload/1mbps download connection, including installation 12 Month $ $ Set One time 12 Month Total for Base Year $ Free Free Free Free We agree to provide the above stated items, in accordance with the specifications at a total fixed cost price of (Amount in figures) USD, (US dollars written in words). Additional Required Information (if different from above ) No Description / Question Response 1 Validity of Bid Price (Proposal) 9

2 Completion Period 3 Payment Terms 4 Standard equipment warranty duration 10

REQUEST FOR PROPOSAL Request for Proposal No 0002: Project No. 127-1298-12001 USAID / Afghanistan Engineering Support Program In support of the U.S. Agency for International Development Prime Contract # EDH-I-00-08-00027-00 Task Order # 01 Appendix C: 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. 2012, 2013, and 2014). Projects undertaken beyond three years may be taken into consideration at the discretion of the evaluation panel. # Project Title and Description of Activities Location Province/District Client Name/Tel # Cost in US$ Start Dates End Dates Completed on Schedule (Yes/No) Service Provider or Prime Contractor 1 2 3 11

REQUEST FOR PROPOSAL Request for Proposal No 0002: Project No. 127-1298-12001 USAID / Afghanistan Engineering Support Program In support of the U.S. Agency for International Development Prime Contract # EDH-I-00-08-00027-00 Task Order # 01 Appendix D: COPY OF BUSINESS LICENSE / CERTIFICATE 12

REQUEST FOR PROPOSAL Request for Proposal No 0002: Project No. 127-1298-12001 USAID / Afghanistan Engineering Support Program In support of the U.S. Agency for International Development Prime Contract # EDH-I-00-08-00027-00 Task Order # 01 Appendix E: Bidder Representations and Certifications Organizational Conflict of Interest Representation The Bidder represents, to the best of its knowledge and belief, that this award: Will [ ] or will not [ ] involve an organizational conflict of interest. 1. Source, Origin, and Componentry of Goods and Commodities (i) (ii) This is to certify that the Bidder is: An individual who is a citizen or legal resident of. A corporation of partnership organized under the laws of. a controlled foreign corporation of which more than 50% of the total combined voting power of all classes of stock is owned by United States shareholders; or A joint venture or incorporated association consisting entirely of individuals, partnerships or corporations. If so, please describe separately the citizenship or legal status of the individuals, the legal status of the partnership or corporations, and the percentage (%) of voting power of the corporations. This is to certify that the Source (the country from which a commodity is to be shipped from) of the Equipment to be supplied under this Order is: (iii) Name of country or countries This is also to certify that the Origin (the country where goods are mined, grown, or produced through manufacturing, processing or substantial and major assembling of components) of the Equipment to be supplied under this Order is: 13

(iv) Name of country or countries This further certifies that the Equipment to be provided by Vendor under this Order does not contain any Components originating in any of the U.S. State Department s list of Non-Free World countries (Cuba, Iran, Iraq, Laos, Libya, North Korea, and Syria). The Componentry of the Equipment to be supplied under this Order will originate in: Name of country or countries 2. Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility Matters (FAR 52.209-5) The Vendor certifies, to the best of their knowledge and belief, that: The Vendor and/or any of its Principals: are are not have have not Are are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any US Federal Government agency; within the three-year period preceding this certification, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and presently indicted for, or otherwise criminally or civilly charged by a governmental entity with commission of any of the offenses enumerated in subdivision (a)(1)(i)(b) of this provision. (A) The Vendor has has not within the past three years, relative to tax, labor and employment, environmental, antitrust, or consumer protection laws: been convicted of a Federal or state felony (or has any Federal or state felony indictments currently pending against them); or had a Federal court judgment in a civil case brought by the United States rendered against them; or Had an adverse decision by a Federal administrative law judge, board, or commission indicating a willful violation of the law. If the Vendor has responded affirmatively, the Vendor shall provide additional information if requested by the Contracting Officer; and The Vendor has has not, within a three-year period preceding this certification, had one or more contracts terminated for default by any U.S. Federal Government agency. 14

(a) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Vendor shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Vendor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Vendor s responsibility. Failure of the Vendor to furnish a certification or provide such additional information as requested by the Contracting Officer, or PA, may render the Vendor non-responsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Vendor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Vendor knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may require PA to terminate the contract resulting from this solicitation for default. By signing below, the Bidder certifies that the representations and certifications made, and information provided herein, are accurate, current and complete. Signed by Name of authorized Dealer Date / Signature Stamp 15