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

Similar documents
STATEMENT OF REQUIREMENTS. September 27, 2015

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

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

Request for Quotation (RFQ) Solicitation Overview

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

East Coast Migrant Head Start Project REQUEST FOR PROPOSAL

REGISTERED DIETITIAN

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

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

SUBRECIPIENT COMMITMENT FORM

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

SUBRECIPIENT COMMITMENT FORM

Appendix III. Service Provider Application Formats

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

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.

Request for Proposal Youth Motivational and Workshop Speakers

Alabama Workforce Investment System

REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES

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

KELLER INDEPENDENT SCHOOL DISTRICT

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

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

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

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

US Federal Contractor Registration CCR and ORCA Worksheet

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

1. Request for Proposal Services

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

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

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

The Pennsylvania Global Access Program

EAST AFRICA TRADE AND INVESTMENT HUB (THE HUB) RFP

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

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

REQUEST FOR PROPOSALS

Matthew Kallmyer, Director, Atlanta-Fulton County EMA (404)

The Boeing Company Special Provision (SP1) Representations and Certifications (13 NOV 2001)

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

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

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

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

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

U.S. - PAKISTAN PARTNERSHIP FOR AGRICULTURAL MARKET DEVELOPMENT

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

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

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

PROGRAM PARTICIPATION AGREEMENT

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

REQUEST FOR PROPOSAL

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

REQUEST FOR QUALIFICATIONS AND PRICE PROPOSALS

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

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

(RFP) UEST REQU FOR RFP. Submit To:

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

Workforce Solutions Brazos Valley Board P.O. Box 4128 Bryan, Texas (979) Issue Date:

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

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

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

Section 2 Sponsor Eligibility & Responsibilities

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

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

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

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

Any proposal received after the date and time listed above will be returned and will not be considered.

UNO-CSN CHARTER SCHOOL NETWORK, INC. Request for Proposal ( RFP ) For E-RATE CONSULTING SERVICES

Procurement Processes Policy

Request for Proposals To Provide External Audit Services For Fiscal Year Ending June 30, 2018

REQUEST FOR PROPOSALS

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

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

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

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

FLORIDA DEPARTMENT OF EDUCATION. Request for Application (RFA)

REQUEST FOR QUOTE (RFQ) TEXAS RISING STAR ASSESSOR AND TEXAS RISING STAR MENTOR FOR TEXAS RISING STAR PROVIDER CERTIFICATION

City and County of Denver International Airport. Airport Concession Disadvantaged Business Enterprise Program. Table of Contents

Request for Qualifications Construction Manager

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

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

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

The First Microfinance Bank Afghanistan (FMFB-A)

Submission Requirements. Assurances and Certifications

COMMUNITY FORESTRY FINANCIAL ASSISTANCE PROGRAM

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

Request for Proposals (RFP)

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. November 2014

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

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

REQUEST FOR PROPOSAL Architectural Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

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

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

REQUEST FOR PROPOSAL (RFP)

Request for Proposals (RFP)

NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS RFQ# NCT ISSUANCE DATE: September 13, 2017

Transcription:

REQUEST FOR QUOTATION Request for Quotation No 2015-000-0008: 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 STATEMENT OF REQUIREMENTS October 7, 2015 RFQ 2015-0008 Tetra Tech AESP Year 7- Cleaning Supplies, Kabul, Afghanistan Reference: USAID/Tetra Tech Contract No. EDH-I-00-08-00027-00, Task Order No. 1 Office of Economic, Growth & Infrastructure (OEGI), Kabul, Afghanistan. Date This Request for Quotation Issued RFQ available for Distribution to Suppliers until RFQ must be returned to AESP no later than RFQ opening and Review Date 7 October 2015 time 2:00PM 17 October 2015 time 04:30PM 20 October 2015 time 04:30PM October 2015 1.0 Introduction Tetra Tech AESP a USAID implementing partner is inviting quotations from eligible suppliers/bidders for cleaning supplies described in Appendix B of this Request for Quotation (RFQ). These food supplies are to be delivered to Tetra Tech Offices located in Kabul, Afghanistan. 2.0 Source Selection and Specifications Tetra Tech is requesting quotations from local established Cleaning supplies suppliers to supply the Cleaning items listed in Appendix B. Successful suppliers will be awarded cleaning supply contracts (Blanket Purchase Agreements, (BPA). Awardees for listed components will be selected on the basis of their unit price, delivery, past performance, warranty and references, showing for its convenience that the vendor can complete the order as per requirements. The bidders are requested to submit their best offer prices for the items listed in Appendix B and their quotations are to be valid for the next twelve months. Tetra Tech may purchase the cleaning supplies from multiple suppliers as needed until November 8, 2016 twelve months period. Actual bidder s price must be valid and fixed during the contract period Tetra Tech, Inc. 1 Grant Street, Framingham, MA USA 01701 Tel 508.903.2000 Fax 508.903.2001 www.tetratech.com

Bidders must provide quotes on items set forth in Appendix B (Estimated BoQ and Technical Specification). Electronic copies of Tetra Tech s technical specifications are available upon request to facilitate the response process. Tetra Tech will conduct a bid opening meeting on the time noted above. The committee will evaluate the responsiveness of each bid prior to selecting the best value, fully-responsive bid. Award of any resulting Blanket Purchase Agreement (BPA) shall be made by Tetra Tech on the basis of best value, with evaluation of bids to determine full compliance and ability to deliver the goods/services required. 3.0 Details Required in the Proposal Cleaning Supplies Tetra Tech is issuing this solicitation for suppliers to provide cleaning supplies that must be readily available and in sufficient quantities to support Tetra Tech Office located within Kabul for a period of twelvemonths. The supplier shall provide cleaning supplies (APPENDIX B) on an as needed basis to/for Tetra Tech in accordance with the terms of this solicitation. The Bidder shall provide a name and type of cleaning supplies, a description of the cleaning supplies unit delivered and the cost of each unit. The bidder understands that in the event that Tetra Tech requests cleaning supplies that are not on the supply list (APPENDIX B), the supplier shall provide a reasonable cost for the requested supply. Supplier understands that delivery of poor quality supplies or nonconforming supplies will result in them being returned and will not receive payment for the delivery of poor quality supplies. The supplier shall deliver ordered items within two (2) business days from the placement of the order. All re deliveries shall be delivered with no additional charge including all labor management (labor arrangement and transport). In the event of a late delivery, it is the responsibility and obligation of the supplier to make the details known immediately to Tetra Tech. There is one category for delivery. No Category Delivery 1 Cleaning supplies Once in two weeks or once in a month 4.0 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 or 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 Attachment B. 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 2

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 suppliers, 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). 5.0 Submission Requirements 5.1 Submission of Proposals All responses must be in English, in PDF or word format and sent via e-mail (document needing signature/stamp should be scanned) indicating the RFP number and closing date and sent to: aesp.procurement@tetratech.com. Proposal can also be submitted in hard copy format to the Tetra Tech Contracts and Procurement Office. Please call mobile: 0729 131 975. If delivery of proposal is preferred, proposal should be in a sealed envelope clearly labeled with the subject RFQ number. If submitted in hardcopy with the name of the Contracts & Procurement Department. The Bidder shall submit its best price offer/proposal as per the following requirements: 1. Proposal Cover Letter signed by a person authorized to sign on behalf of the Bidder. Use the template in Appendix A. 2. All Prices shall be quoted in United States (US) Dollars Only 3. Bidders shall submit quotes in prescribed Format of Appendix B. Please follow the same product listing/order provided in the BoQ when making your submissions. 4. In case of price discrepancy between unit price and Subtotal price, the unit price shall prevail. 5. The rates quoted shall be for complete service inclusive of all taxes, all charges for service contingent to the work. 6. Tetra Tech is Exempt from Import Duties into Afghanistan. 7. The award will be a fixed price celling amount Blanket Purchase Agreement (BPA), with ordering arrangements. 8. The period for completion of project is approximately twelve months or up to November 8, 2016 from the time of signing the subcontract. 9. Tetra Tech reserves the right to increase or decrease the services/goods mentioned in this RFQ. 10. Bid validity: Net 30 days from date of submission. 11. The bidder to complete and submit all appendices cited in article 10.0 List of Appendices to Be Completed 3

6. Submission of Questions All Bidders interested in submitting their bids, (Attachment B: Proposal/Bill of Quantities), can obtain additional information by emailing to aesp.procurement@tetratech.com. Insert in subject line: RFQ 2015-0008 Tetra Tech AESP Year 7- Cleaning Supplies, Kabul, Afghanistan Tetra tech will disseminate to all potential bidders the questions received and related responses to all potential bidders Proposal Deadline Offer/bid must be sent no later than Saturday October 17, 2015 (4:30 pm Kabul, local time). Offers received after the closing date will not be considered and will be counted non-responsive. 7. Payment Successful bidders will work under the following payment arrangements. Payment will be made within 30 days of receipt of an acceptable invoice. Payment shall be either by cheque or Electronic Fund Transfer (EFT) directly into the bank account of the Vendor s company. 8. Evaluation Criteria All Proposals received in response to this solicitation will be evaluated and scored by evaluation factors noted below. The BPA shall be awarded on a best value basis. The following sub factors shall be used to evaluate offers: a. Cost (Up to 50 points) b. Technical Acceptability including provision of all Appendices (Up to 25 points) c. Past Performance in similar type of work (Up to 25 points) 9. RFQ Cancellation Reservation Tetra Tech reserves the right to cancel, amend or modify the RFQ 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. Tetra Tech is not obligated to make an award and is not responsible for proposal costs. 10. List of Appendices To Be Completed Appendix A: Cover Letter Appendix B: Detailed Cost Breakdown/Bill of Quantities Form Appendix C: Summary of Relevant Capability, Experience and Past Performance Appendix D: Copy of Business License/Certificate Appendix E: Certifications and Representations 4

REQUEST FOR QUOTATION Request for Quotation No 2015-000-0008: 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 STATEMENT OF REQUIREMENTS APPENDIX A: PROPOSAL COVER LETTER [On Letterhead] < > TO: TETRATECH Contracts & Procurement Manager Kabul, Afghanistan Ladies and Gentlemen: We, the undersigned, offer to provide the cleaning supplies requested in the Request for Proposal - RFQ No.2015-0008 for the supply of Cleaning Supplies to TetraTech dated October 7, 2015 and we are hereby submitting our Proposal (Technical and Financial). Please see our quotes in Appendix B of this submission. 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., < >. The supply contract that we will enter into with tetra Tech will be for a period of Twelve months from the date of signing the Blanket Purchase Agreement (BPA). We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature: Name and Title of Signatory: Name of Firm: E-mail: 5

REQUEST FOR QUOTATION Request for Quotation No 2015-000-0008: 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 STATEMENT OF REQUIREMENTS APPENDIX B: PROPOSAL /BILL OF QUANTITIES Supplier: Phone no: Address: PROPOSAL /BILL OF QUANTITIES No. Item Description Unit Estimation Qty for Monthly Consumption 1 Towel paper- Familia (Genuine) Box 10 Box (24Roll/Box) 2 Toilet paper-jasmine (Genuine) Box 10 Box (100/Box) 3 Tissue paper-golbarg (Genuine) Box 10 Box (10/Box) 4 Hand Sanitizer-Top Choice (Genuine) Box 4 Box (12 Bottle/Box) 5 Plastic Garbage Big Size (Genuine) Bag 1 Bag (25kg/Bag) Harpic Toilet Cleaner-Maxon Box 4 Box (12 Bottle) 6 (Genuine) 7 Max Powder- Lemon (Genuine) Box 5 Box (24/Box) 8 Glass Cleaner- Sahat (Genuine) Box 5 Box (12 Bottle/Box) 9 Laundry powder- Arial (Genuine) Box 5 Box (3/Box) 10 Laundry Bleach- Lemon (Genuine) Box 5 Box (12 Bottle/Box) 11 Laundry Liquid Tide (Genuine) Box 5 Box (12 Bottle/Box) 12 Acid- Fast Fighter (Genuine) Box 2 Box (12 Bottle/Box) 13 Gloves Food Pack (Genuine) Box 5 Pack (6 pair/pack ) Mop Big Size - Marshall (Genuine) Pcs 5 Pcs Bid Unit Cost USD Bid Total Cost USD 14 6

15 Dish Wash Liquid- Golrang (Genuine) Box 5 Box (12bottle/Box) 16 Wiper Marshall (Genuine) Pcs 5 Pcs Brush Marshall (Genuine) Pcs 5 pcs 17 18 Cotton wiping Cloth (Genuine) Meter 20 Meter 19 Dettol- 500ml (Genuine) Bottle 20 Bottle 20 Furniture Polish Crown Each 100 21 Air Freshener Home England (Genuine) Plastic Basket Modern, Medium Size (Genuine) Each 50 Each 20 22 Sponge Scourer OKS (Genuine) Pack 20 pack (3psc/pack) 23 24 Hand Wash Liquid- Lemon (Genuine) Box 2 Box (12 bottle/box) 25 Dustpan, Bid Size (Genuine) Each 4 26 Plastic Garbage Small Size (Genuine) black to use for Plastic basket Bag 1 Bag (25kg/Bag) Grand Total $ 7

REQUEST FOR QUOTATION Request for Quotation No 2015-000-0008: 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 STATEMENT OF REQUIREMENTS Appendix C: SUMMARY OF RELEVANT CAPABILITY, EXPERIENCE AND PAST PERFORMANCE Include projects that best illustrate your experience relevant to this (RFQ) 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 in the past Three years may be taken into consideration at the discretion of the evaluation panel. 1 # Project Title and Description of Activities Client Name/Tel # E-mail Cost in USD Start and End Date Completed on Schedule (Yes/No) 2 3 Tetra Tech, Inc. 1 Grant Street, Framingham, MA USA 01701 Tel 508.903.2000 Fax 508.903.2001 www.tetratech.com

REQUEST FOR QUOTATION Request for Quotation No 2015-000-0008: 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 STATEMENT OF REQUIREMENTS Appendix D: COPY OF BUSINESS LICENSE / CERTIFICATE 9

REQUEST FOR QUOTATION Request for Quotation No 2015-000-0008: 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 STATEMENT OF REQUIREMENTS Appendix E: Bidder Representations and Certifications 1. 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. 2. 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: 10

name of country or countries (iii) 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: Name of country or countries (iv) 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 3. 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 presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any US Federal Government agency; have have not 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, 11

bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and are are not 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. (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. 12

(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 13