Top Banner
RFQ No.: IHSS-SD-Proc-01-2020-0250 RFQ No. IHSS-SD-Proc-01-2020-0250 Page 1 of 26 REQUEST FOR QUOTATIONS (RFQ) RFQ NO: IHSS-SD-Proc-01-2020-0250 PART A: COVER PAGE RFQ No.: IHSS-SD-Proc-01-2020-0250 Issuance Date: February 3, 2020 Closing Date for Questions: February 10, 2020, 05:00pm (Pakistan) Question Submission to: [email protected] Procurement Description: Procurement of Mobile Health Units (MHUs) JSI Research & Training Institute, Inc. (herein referred to as “JSI”) is soliciting quotations for the supply and delivery of Mobile Health Units (MHUs) to be used as Tuberculosis (TB) outreach vans for its USAID Integrated Health Systems Strengthening & Service Delivery (IHSS-SD) Activity - project in Pakistan. This procurement is funded by the United States Agency for International Development (USAID) and is subject to all applicable Federal Rules and Regulations and Provisions. Please submit your most competitive quotation in accordance with the instructions and product specifications. Any award issued as a result of this RFQ will be subject to all instructions, product specifications, certifications and terms and conditions included in this RFQ. This RFQ document includes the following parts: PART A: Cover Page PART B: Instructions PART C: Product Specifications & Requirements PART D: Quotation Form PART E: Certifications Attachment A: Standard General Terms & Conditions JSI is committed to the highest standards of ethics and integrity in procurement. JSI has zero tolerance for fraud and strictly prohibits bribes, kick-backs, gratuities, and any other gifts in-kind or in monetary form. JSI also strictly prohibits collusion (bid rigging) between vendors and between vendors and JSI staff. JSI selects vendors on merit and will only engage vendors who demonstrate strong business ethics. Vendors must not participate in bid-rigging or attempt to offer any fee, commission, gift, gratuity or any compensation in-kind or in monetary form to JSI employees. Vendors who do so will be disqualified from doing business with JSI. Additionally, JSI has a conflict of interest policy that requires staff to disclose when there is a potential conflict of interest due to the staff-member’s relationship with a vendor, and if necessary, to refrain from participation in a procurement involving that vendor. If at any time your organization has concerns that an employee has violated JSI policy, you may submit a report via JSI’s Code of Conduct Helpline at: www.jsi.ethicspoint.com.
26

REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

Aug 10, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 1 of 26

REQUEST FOR QUOTATIONS (RFQ)

RFQ NO: IHSS-SD-Proc-01-2020-0250

PART A: COVER PAGE

RFQ No.: IHSS-SD-Proc-01-2020-0250

Issuance Date: February 3, 2020 Closing Date for Questions: February 10, 2020, 05:00pm (Pakistan) Question Submission to: [email protected] Procurement Description: Procurement of Mobile Health Units (MHUs) JSI Research & Training Institute, Inc. (herein referred to as “JSI”) is soliciting quotations for the supply and delivery of Mobile Health Units (MHUs) to be used as Tuberculosis (TB) outreach vans for its USAID Integrated Health Systems Strengthening & Service Delivery (IHSS-SD) Activity - project in Pakistan. This procurement is funded by the United States Agency for International Development (USAID) and is subject to all applicable Federal Rules and Regulations and Provisions.

Please submit your most competitive quotation in accordance with the instructions and product specifications. Any award issued as a result of this RFQ will be subject to all instructions, product specifications, certifications and terms and conditions included in this RFQ. This RFQ document includes the following parts:

PART A: Cover Page PART B: Instructions PART C: Product Specifications & Requirements PART D: Quotation Form PART E: Certifications Attachment A: Standard General Terms & Conditions

JSI is committed to the highest standards of ethics and integrity in procurement. JSI has zero tolerance for fraud and strictly prohibits bribes, kick-backs, gratuities, and any other gifts in-kind or in monetary form. JSI also strictly prohibits collusion (bid rigging) between vendors and between vendors and JSI staff. JSI selects vendors on merit and will only engage vendors who demonstrate strong business ethics. Vendors must not participate in bid-rigging or attempt to offer any fee, commission, gift, gratuity or any compensation in-kind or in monetary form to JSI employees. Vendors who do so will be disqualified from doing business with JSI. Additionally, JSI has a conflict of interest policy that requires staff to disclose when there is a potential conflict of interest due to the staff-member’s relationship with a vendor, and if necessary, to refrain from participation in a procurement involving that vendor. If at any time your organization has concerns that an employee has violated JSI policy, you may submit a report via JSI’s Code of Conduct Helpline at: www.jsi.ethicspoint.com.

Page 2: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 2 of 26

PART B: INSTRUCTIONS A. Definitions:

Offeror: The organization or firm providing quotes for the goods or services requested under this RFQ.

Buyer: JSI Research & Training Institute, Inc. - Herein referred to as JSI

B. Submission Deadline

Quotations must be received no later than 05:00pm, Pakistan on February 20, 2020. Local Vendors: Must submit the quotations to the following address via courier (the envelope should contain separate Technical and Financial quotation/proposal): Quotation/proposal received via email will not be considered. The Procurement Department JSI Research & Training Institute, Inc., IHSS-SD Activity Address: 22nd Floor, 55-C, Ufone Tower, Jinnah Avenue, Blue Area, Islamabad, Pakistan Post Code: 44000 Phone: +92-51-8487620-26 (for courier purpose) Please reference “IHSS-SD-Proc-01-2020-0250 for MHUs” on top of the envelope. International Vendors: May submit quotations through email address to [email protected]. Please reference “IHSS-SD-Proc-01-2020-0250 for MHUs” in the subject line. Quotations received after the submission deadline will be marked late. JSI reserve the right not to consider quotations received after the submission deadline. C. Questions:

All questions and requests for clarification regarding this RFQ must be submitted in writing by February 10, 2020, 05:00pm (Pakistan) to [email protected]. Questions received after this date may not be considered. D. Quotation Requirements:

1. General/Technical Requirements:

a) Completed and signed Quotation form and Statement of Compliance as stated in Part D. The offeror may use their own quotation format but must provide all information as required in this Quotation Form and this Section.

b) Proposed MHUs should comply with the minimum technical specifications and requirements as stated in Part C, Section A.

c) Complete product description of each MHU with make and model must be provided. Brochures highlighting the features and pictures of vehicles as well as key additional components must be submitted.

d) Specify country of manufacture/assembly. e) Specify source. See section E for source definition. f) Submit a copy of manufacturer’s authorization as exclusive agents or distributor (specifically

Page 3: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 3 of 26

for vehicle/s) must be attached. Only manufacturers and/or their authorized distributors/ dealers with agents having strong after sale and service network in Pakistan are eligible to participate in the bidding.

g) Submit appropriate documentation as an evidence of your company’s capacity for after sale service/ well-established service network in Pakistan.

h) Provide guarantee and warranty terms (must be internationally valid warranty, valid in Pakistan through authorized representatives).

i) Delivery Period: Number of weeks to deliver goods after the order is placed. Please provide realistic delivery time.

j) Goods must be new. Used or reconditioned items are not acceptable. k) A turnkey solution (Vehicle/s and Fabrication) complete in all respect is required. l) In the case of proposing vehicles and fabrication through partnership or joint-venture, the

fabricator will be responsible for any modifications according to manufacturers approved guidelines. The fabricator ensure that none of the modifications voids the manufacturer warranty. The offer must provide full warranty for vehicle as well as fabrication components.

2. Cost Information Requirements:

a) Local suppliers may provide fixed price quote for each line item in Pakistani Rupee (PKR). b) International suppliers can provide fixed price quote for each line item in United States Dollars

(USD). c) Quoted prices should be DAP Karachi, Pakistan for local suppliers and CIP Karachi, Pakistan

for international suppliers. Appropriate customs duty exemption/waiver documentation will be provided to successful bidder(s) upon arrival of MHUs in-country. Quoted prices will be governed by the rules prescribed in the 2010 edition of Incoterms published by the International Chamber of Commerce.

d) Costs must include insurance, shipping and handling cost for delivery, if any (all-inclusive basis).

e) Prices should also include full PDI (Pre Delivery Inspection) and before delivery to the end user.

f) The international suppliers will have to indicate all prices exclusive of VAT, customs, Excise and other taxes.

g) The local suppliers will have to indicate all prices exclusive of VAT, customs, Excise however mention all types of applicable taxes in separate line with detail and reference of applicability.

h) The local suppliers will have to cooperate with JSI to obtain exemption of taxes from respective tax authorities by providing the necessary documentation in case of successful award.

i) As per USAID guidelines the successful bidder will have to provide complete information of their key individuals of the organizations and other businesses to obtain USAID Vetting Approval. Copy of national identification may be asked upon request of Vetting Support Unit of USAID. The award will be subject to successful vetting approval.

3. Business Information Requirements:

a) Valid business license/ certificate of incorporation. b) Company Profile. This should include overview of company’s experience in the supply of TB

Vans as stated in this RFQ. c) Past performance information such as provision of references, client list and description of

other similar tasks performed, etc. preferably from international NGOs.

Page 4: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 4 of 26

d) Offeror should certify as to the financial viability and resources to provide offered goods/services with the period of performance.

4. Completed and signed certifications (Part E).

a) Representations and Certifications b) Certification Regarding Debarment, Suspension, or Proposed Debarment c) Certificate Regarding Site of Manufacture and Shipping

E. Source/Nationality:

All goods and services offered in response to this RFQ must meet the source and nationality requirements set forth in United States Code of Federal Regulations, 22 CFR 228. Cuba, Iran, North Korea, and Syria are prohibited source countries and no goods can be produced or sourced from those countries. The authorized geographic code for this RFQ is 937, meaning goods can be sourced from United States of America, cooperating country (Pakistan) and Developing Countries except prohibited source and foreign policy restricted countries. Source definition: The country from which a commodity [vehicles in this case] is shipped to Pakistan or Pakistan itself if the commodity is located therein at the time of the purchase, irrespective of the place of manufacture or production. If 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 Freeport or bonded warehouse. F. Award:

JSI intends to issue Fixed Price Contract (s) to one or more suppliers who best meet the criteria specified in this RFQ and are determined to be responsible and eligible suppliers for the specified items. G. Evaluation & Selection Criteria:

Quotations will be preliminary reviewed for basic responsiveness and completeness. The quotations must be submitted on time and meet all requirements as stated in Section D above. Quotations not meeting these requirements may not receive further consideration. JSI will evaluate responsive quotations on a “best value” basis, considering a variety of factors including but not limited to technical acceptability in the required settings, product quality, well-established service network in-country, warranty/maintenance, price, lead time and past performance. Technical (40 points)

• Degree to which the features of proposed model coincide with the desired features. • Ergonomically structured, sturdy construction, suitable for use in remote terrains. • The accessories and fabricated components made of high quality materials able to

withstand neglect and abuse. Service and Maintenance:

o Well-established service network in Pakistan, particularly in the regions/provinces where the vehicles would be used.

o Ease of maintenance, availability of adequate after-sales service facilities, and availability of spare parts to the end-user.

Page 5: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 5 of 26

Warranty (5 points)

• Warranty (length and coverage, and its applicability to Pakistan through authorized representatives).

Delivery (15 points)

• Delivery time: turn-around time (in weeks) from issuance of Fixed Price Contract/Purchase Order to arrival in Karachi, Pakistan. - Delivery of Vehicles in number of week/s. - Ready to deliver complete MHUs (TB Vans) after fabrication etc., complete in all respect

in number of week/s.

Experience and Past Performance (5 points)

• Supplier longevity and financial stability. • General experience providing similar goods/services preferably to international NGOs. • References from clients who have bought similar products (list down past/current clients contacts) • Quality of previous business relationship with JSI, if any. (attached evidence of past businesses with JSI)

Price (35 points)

• Lowest price for comparable product and features.

H. Terms of Award

This document is a request for quotations only, and in no way obligates JSI or its donor to make any award. Please be advised that under a Fixed Price Contract/Purchase Order the goods/services must be delivered within the quoted total price. Any expenses incurred in excess of the agreed upon amount in the contract/PO will be the responsibility of the offeror and not that of JSI. Therefore, the Offeror is duly advised to provide its most competitive and realistic quotation to cover all foreseeable expenses related to supply of the requested items.

I. Payment Terms

JSI payment cycle is net 30 days upon receipt of goods/services, inspection and acceptance of goods/services as in compliance with the terms of the award and receipt of supplier invoice. Full cooperation with JSI in meeting the terms and conditions of payment will be given the highest consideration. Payment terms are negotiable. J. Delivery Terms

All items must be delivered to Karachi, Sindh, Pakistan within the timeframe or delivery dates specified in the quotation. The offeror must provide realistic time for delivery of goods taking in to account all the factors from receipt of award to the delivery at required destination. JSI may impose financial penalties for not delivering within the committed timeframe. K. Offer Validity

The Offeror's quotation must remain valid for not less than 120 calendar days after the deadline specified above.

Page 6: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 6 of 26

L. Negotiations:

The Offeror's most competitive quotation is requested. It is anticipated that any award issued will be made solely on the basis of these quotations. However, JSI reserves the right to request responses to additional technical, management and cost questions which would help in decision making. JSI also reserves the right to conduct negotiations on technical, management, or cost issues prior to the award of a contract with selected offerors. In the event that an agreement cannot be reached with a selected supplier, JSI reserves the right to enter into negotiations with alternate Offerors for the purpose of making the award without any obligation to previously considered offers.

M. Rejection of Quotations:

JSI reserves the right to reject any and all quotations received or to negotiate separately with any and all competing Offerors.

N. Incurring Costs:

JSI is not liable for any cost incurred by Offerors during preparation, submission, or negotiation of an award for this RFQ. The costs are solely the responsibility of the Offeror.

O. Modifications:

JSI reserves the right, in its sole discretion, to modify the request, to alter the selection process, to modify or amend the specifications and scope of work specified in this RFQ.

P. Cancellation:

JSI may cancel this RFQ without any cost or obligation at any time until issuance of the award.

Q. Anti-Fraud Hotline:

USAID/Pakistan has, in cooperation with the USAID Office of Inspector General, established the Anti-Fraud Hotline to provide an avenue for the reporting of fraud, waste, and abuse which may be associated with USAID funded projects in Pakistan. Complaints are handled with complete confidentiality and individuals are encouraged to report when corruption, fraud, waste or abuse may exist in the USAID/Pakistan projects. Reports can be filed anonymously via the easy-to-use Hotline (toll free number 202-712-1023); e-mail at [email protected]; postal address at U.S. Agency for International Development, Office of Inspector General, P.O. Box 657, Washington, DC 20044-065; and on the website https://oig.usaid.gov/report-fraud.

Page 7: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 7 of 26

PART C: PRODUCT SPECIFICATIONS & REQUIREMENTS

Item 1: Mobile Health Unit (Tuberculosis Outreach Vans); 2-wheel drive, Right Hand Drive (RHD) Quantity: Two (02)

A. Vehicle’s Specifications:

Body Style: Truck chassis. Steel welded construction. Reinforced cabin Wheel Type: Four Wheeler (4x2) (able to carry 18 to 20 feet rear cabin) Engine Size and Displacement: minimum 4 cylinders; Displacement: minimum 3000; Note: Engine size and capacity must comfortably carry the overall tonnage of the mobile unit including all equipment and related accessories. Brakes front/rear: Disc or Wabco or Hydraulic braking system. Electrics: (volts) 12 Fuel Type: Diesel or Gasoline Color: White Fuel Tank Capacity : Minimum 100 Liters Transmission : Manual or Auto Steering : Right Hand Drive, Power Assisted Steering

Wheels / Tires: Standard wheels with at least one (1) spare wheel preferably underneath storage

Suspension: Front: Single stage alloy steel taper-leaf springs . • Double acting hydraulic shock absorbers. Stabilizer bar. Rear: Multi leaf main spring, multi leaf helper spring. Stabilizer bar. Automatic brake adjusters. Axles should be equipped with spring brake cylinders for parking. No of Doors: 2 Doors Safety: Anti-lock braking system (ABS), Airbags (driver and passenger). Alarm System, Anti-theft engine immobilizer. Number of Passengers/Seating: minimum Two (02) seater (including driver) at front; Seat Belts for driver and passenger conforming with internationally recognized safety standard for passengers Seat Cover : Vinyl or alternate Floor Cover: Vinyl or alternate with set of rubber mats Air Conditioning / Heating : Single Zone Windows: Preferably Power/Electric Windows for the driver’s cabin Minimum Required Options: Central Locking for drivers compartment, Winch, High Lift Jack, Bull Bars, Additional Spare wheel and tyre, Heavy Duty Roof Rack, AM/FM Radio; Front and rear tow hooks, Rear load liner for pickups, Rear camera and display at driver’s cabin Accessories: Glove box, First-Aid Kit, Emergency Road Kit with Warning Triangle and jump cables, Tire Jack, Tool kit, 1 kg Fire Extinguisher After Sale Service Support, Maintenance and availability of Parts: Required throughout Pakistan specifically in Sindh province. Warranty Terms: Provide details of offered warranty.

Owner’s Manual: English

Country of manufacturing and assembly to be specified:

Page 8: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 8 of 26

B. Sample Design of TB Van Note: The vehicle design shown is for illustrative purposes only. The suppliers must provide detailed brochure of the offered vehicles along with professional drawings/layout plan of the cabin design. The suppliers may suggest alternate layout plan keeping in mind all the space requirements as stated in the illustrative pictures below.

Page 9: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 9 of 26

C. Proposed Specifications/ Expected Features of MHU (TB Van) Fabrication with Equipment & Accessories:

Note: Potential suppliers may offer/propose features equivalent or better than the stated materials/ standards according to their product specialty and meeting internationally recognized quality standards of TB Van. All proposed electrical and other systems must be compatible for work performance.

Approximate Dimension for Cabin

- Height: 120 inches - Width: 90 inches - Length: 205 inches Note: These are estimated proposed dimensions. The offerors’ are requested to provide measurements of the cabin, square feet space of the proposed cabin / components along with self-explanatory drawings.

CONSTRUCTION

General Construction and other requirements

- Ergonomically structured and high quality construction trailers suitable for extreme weather conditions.

- The construction quality and reliability is the vital element of the entire TB Van carrier. Required medical equipment and all electronic equipment need to be fully protected and secured from the outside environment.

- The general construction of the TB Van must be made out of isolated polyester sandwich panels or internationally recognized manufacturing standards.

- In order to maximize outside protection and fully avoid inside bacterial infections, the inside and out of the body is smooth and seamless.

- The outside construction material has to be corrosion and maintenance free. - Compatible connections with the truck head.

Main Body Outside Finish

- The base of main body should be made of M.S. channels joint with the chassis frame. - The skeleton should be made of M.S. pipes based on the M.S. angles bed. - Outside of the skeleton should be covered with M.S. sheets. - The MS frame work should be coated with antirust epoxy. - The external structure should be finished with durable and good quality 2-k paint.

Inside Wall Finish and Insulation

- Special composite material 2-3 mm should be 100% water proof, fire retardant, scratch resistant and nonconductive easily washable & disinfect-able. Sandwich panel with insulation.

False Ceiling - False ceiling should made with special composite materials/ Isolated sandwich panels - The material should be washable able to clean with a damp cloth. - Resistance to extreme high temperatures.

Main Body inside Construction and Finish

- Sandwich type construction design, inside of the M.S. skeleton should be covered with good quality insulation sheets of almost 38 mm followed by plywood sheets of 12.5 mm. - The plywood sheet should be finished with the Composite material sheets and should be scratched proof, water proof and fire resistant. - Same construction design should be replicated in finishing of the ceiling. - All inside construction must built-in ducting/ space for concealed electrical wiring. - A built-in staircase should be developed at the main entrance.

Floor construction and finish

- The M.S. angle bed of the skeleton should be covered with M.S. sheet and followed by water, termite proof, and 12.5 to 19 mm thick ply- wood. - The floor should be carpeted with flexible, non-slip, water proof and washable special anti-bacterial flooring Vinyl sheet at-least 2mm thick. - All sides of the floor should properly sealed with silicon.

Page 10: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 10 of 26

Door and Windows

- Two entrance doors should be provided at the left side of the vehicle as illustrated in above picture of vehicle. The doors should be air-locked by using high quality of material including hinges, door locks etc. - 2 to 3 windows of proportional sizes at appropriate locations. - All windows must be provided with double isolated high quality glass. Moveable high quality window roll-up blinds should be mounted inside.

Internal Design and Partitioning - The cabin unit should have two main sections divided through a semi-partition wall. - The first section should contain the area for X-Ray machine. - The second section should contain digital panel and computer systems for X-Ray Laboratory area for another diagnostic machine called “GenXpert” that will be fixed over a heavy duty counter by ensuring that risk of damaging the machine while movement of vehicle plus a washroom with mobile commode, sink, tissue holder, towel holder, soap container, hanger for sterilizer bottle, light, exhaust fan, mirror, a vanity box, small waste bin and specimen collection area. Note: Please note that X-Ray machine and GenXpert system is being procured separately by JSI, to be installed in the MHU. The installation will be done by the equipment provider, however, JSI may ask for assistance from the fabricator as needed. - The detail of overall interior design should be as under:

Lead Lining Lead Lining for X-Ray Machine : - The outer wall will have lead of 2mm and partition will have lead of 1mm. the material of lead should be high quality as per internationally approved standards.

X-Ray

- Table with two drawers on roller railing, tabletop. - Revolving Chair. - B.P Apparatus with stethoscope aneroid type. - Dust Bin stainless steel 10 liters capacity. - One overhead cabinet - X-ray laminator - Patient stool - One 10” wall bracket fan - Examination light

Laboratory

- Counter table with underneath storage, counter top - Working stool - Small Refrigerator up to 4 cubic feet. - One 10” wall bracket fan - One window for dispensing (moveable, complete open and close) - One overhead cabinet for storage of lab equipment - Sink (switch operated) with underneath water storage

Wash Room

- English commode. A complete WC system should be installed with a separate water hose connection with wash basin and water tank. - Wash basin with underneath water storage. - Mirror

Emergency Exit Door - An emergency exit door must be provided at an appropriate location. The emergency door must comply with the international health and safety regulations.

Wheelchair Accessibility - The TB Van must be accessible with an appropriate wheelchair accessibility ramp/lift/jack for disabled patients. Preferably hydraulic control mechanism and easy repair/maintenance.

Water Supply - The water tank should made of stainless steel/ fiber glass material at suitable place. - The capacity of the tank should approx. 150- 200 liters. - PPR pipes will be used for water pipe line.

Page 11: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 11 of 26

- Grey water tank with easy drainage should be provided for waste water. - An automatic float valve should be placed in the tank which prevents overflowing. - Water filling system with overflow.

ELECTRICAL INSTALLATION SYSTEM The design of electrical installation system should meet every need of the TB Van. Three different sources for the electricity should be proposed:

- 2x Gasoline Generator 5-8 KVA for supply of power to X-Ray System and GenXpert. Portable type, preferably drawer type cabin under the cabin, easy to pull to operate and push to close. Operational electrical fittings to functional power inside the cabin for all electrical/electronic equipment. All electrical material should be high quality, fire resistant, easy maintenance. An electrical diagram should be provided.

- Outside Electricity Input (Connectivity with local power supply)

Specification of Each Generator 5-8 KVA Generator, air cooled, reduced operating noise, four stroke, three cylinder, Fuel Petrol, 12 V DC, electric starter, Lubricating system, pressure and splash, rating frequency 50 Hz, rated output 5 KVA and single phase. MAIN DISTRIBUTION PANEL - Main Power on/off circuit breaker 50 AMP. - 16 and 20 Amp Power inlets - 16 and 20 Amp Power outlets - Circuit Breakers (lighting) - Circuit Breakers (utility switches) - Circuit Breakers (AC units) - Emergency switch off - External 220V inlet sockets (Regular Electricity Supply) - Changeover switches (Between Local and Generator Electric Supply) Cables and Wiring - Concealed wiring system - Cables quality : 15 Amp for light plugs and 30 Amp for Power plugs and also heat and fire proof. - All joints must be soldered with connector system and special clips where required. - All wires must be in PVC casing. Sub-Electric Distribution Board - A special panel with circuit breakers for each room main equipment. - A special main switch with earth leakage (Function: if any one touches the wire or there is a shot circuit, which will work as an automatic switched-off). Changeover Switch - A special circuit breaker box having all breakers near main entrance. - There should be an external source for outside electricity in the generator cabin. Specification of Solar Powered Invertor System One 1500VA Solar system, high quality invertor , deep cycle jell batteries (minimum 150 Amp) and 3 to 4 units of 100 watts solar high quality panels on the roof top of cabin for lighting and fans only. Safety and security of all equipment of solar system including panels. LIGHTING - All Ceiling and cabin lights should be LED/Energy saver (white lights) - Two- three power sockets in each room. - Minimum three sockets for different medical equipment. - Switches and sockets must be heavy duty and high quality. - Two sockets at the door opening of the Generator Cabin for use with outside electrical equipment. - Warning light should be installed at front of the rooftop. AIR CONDITIONING SYSTEM DOMETIC Two ductless ACs having 11000 BTU should be installed at appropriate places keeping in view the partitions for cooling and heating purpose. INTERCOM SYSTEM AND PUBLIC ADRESS SYSTEM

Page 12: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 12 of 26

Intercom system should be installed for convenient internal communication. The system should also work on solar power for continuous communication during power failure. A public address system (100 watts) to be installed in the driver’s cabin, at a convenient place with speaker at the outside of TB VAN for public announcements. PATIENT ACESS The stairs should be made of M/S material covered with aluminum sheet for patient access at both door. AWNING A side awning should be provided with manual function mechanism at left side of the vehicle. Branding Branding will be advised outside the MHU (TB VAN) and to be provided the logo and text after award of the contract.

Page 13: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 13 of 26

PART D: QUOTATION FORM

Offeror’s / company Name and complete official address: __________________________________________________________________________________ __________________________________________________________________________________ Phone: ______________________________ E-mail: ______________________________________

Please note:

1. Prices are to be stated in Pakistani Rupees (PKR) for local vendors and in United States Dollars (USD) for international vendors.

2. All goods offered must be suitable for use in Pakistan. 3. In case of discrepancy between unit price and total, the unit price shall prevail.

Validity of Quote: _______ calendar days from deadline Warranty:_____________________ The offeror agrees to furnish any or all items upon which prices are offered at the price specified herein, delivered at the designated points, within the time specified in the schedule and in accordance with the terms of this solicitation. Authorized Signature: __________________________ Date: _________________________ The offeror may use their own quotation format but must provide all information as required in this quotation form and information required in Section D, Quotation Requirements.

Item No.

Product Description / Specifications (Make & Model) Unit Quantity

Price [Incoterm] Lead Time Unit

Price Total Price

Subtotal (exclusive of all taxes)

Taxes

TOTAL

Page 14: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 14 of 26

STATEMENT OF COMPLIANCE

Item 1: Mobile Health Unit (TB Van); 2-wheel drive Comply Variance/ Offered Vehicle

Specifications

Yes No

A. Vehicle’s Specification: Body Style: Truck chassis. Steel welded construction. Reinforced cabin

Wheel Type: Four Wheeler (4x2) (able to carry 18 to 20 feet rear cabin)

Engine Size and Displacement: minimum 4 cylinders; Displacement: minimum 3000;

Engine size and capacity is capable of withholding the overall tonnage of fabricated cabin unit including all required equipment and accessories. Provide overall estimated tonnage of the completed unit.

Brakes front/rear: Disc or Wabco or Hydraulic braking system.

Electrics: (volts) 12 Fuel Type: Diesel or Gasoline Color: White Fuel Tank Capacity : Minimum 100 Liters Transmission : Manual or Automatic Steering : Right Hand Drive, Power Assisted Steering Wheels / Tires: Standard wheels with at least one (1) spare wheel preferably underneath storage

Suspension: Front: Single stage alloy steel taper-leaf springs . • Double acting hydraulic shock absorbers. Stabilizer bar. Rear: Multi leaf main spring, multi leaf helper spring. Stabilizer bar. Automatic brake adjusters. Axles should be equipped with spring brake cylinders for parking.

No of Doors: 2 Doors Safety: Anti-lock braking system (ABS), Airbags (driver and passenger). Alarm System, Anti-theft engine immobilizer.

Number of Passengers/Seating: minimum Two (02) seater (including driver) at front; Seat Belts for driver and passenger conforming with internationally recognized safety standard for passengers

Seat Cover : Vinyl or alternate Floor Cover: Vinyl or alternate with set of rubber mats Air Conditioning / Heating : Single Zone Windows: Preferably Power/Electric Windows for the driver’s cabin Minimum Required Options: Central Locking for drivers compartment, Winch, High Lift Jack, Bull Bars, Additional Spare wheel and tyre, Heavy Duty Roof Rack, AM/FM Radio; Front and rear tow hooks, Rear load liner for pickups, Rear camera and display at driver’s cabin

Accessories: Glove box, First-Aid Kit, Emergency Road Kit with Warning Triangle and jump cables, Tire Jack, Tool kit, 1 kg Fire Extinguisher

Page 15: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 15 of 26

After Sale Service Support, Maintenance and availability of Parts: Required throughout Pakistan specifically in Sindh province.

Warranty Terms: Provide details of offered warranty.

Owner’s Manual: English

Country of manufacturing and assembly to be specified:

C. Specifications of TB Van with Equipment & Accessories: Comply Variance/ Offered

Specifications Item Name Description Yes No

Approximate Dimension for Cabin

- Height: 120 inches - Width: 90 inches - Length: 205 inches Note: These are estimated proposed dimensions. The offerors’ are requested to provide measurements of the cabin, square feet space of the proposed cabin / components along with self-explanatory drawings.

CONSTRUCTION

General Construction and other requirements

- Ergonomically structured and high quality construction trailers suitable for extreme weather conditions.

- The construction quality and reliability is the vital element of the entire TB Van carrier. Required medical equipment and all electronic equipment need to be fully protected and secured from the outside environment.

- The general construction of the TB Van must be made out of isolated polyester sandwich panels or internationally recognized manufacturing standards.

- In order to maximize outside protection and fully avoid inside bacterial infections, the inside and out of the body is smooth and seamless.

- The outside construction material has to be corrosion and maintenance free.

- Compatible connections with the truck head.

Main Body Outside Finish - The base of main body should be made of M.S. channels joint with the chassis frame.

Page 16: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 16 of 26

- The skeleton should be made of M.S. pipes based on the M.S. angles bed. - Outside of the skeleton should be covered with M.S. sheets. - The MS frame work should be coated with antirust epoxy. - The external structure should be finished with durable and good quality 2-k paint.

Inside Wall Finish and Insulation

- Special composite material 2-3 mm should be 100% water proof, fire retardant, scratch resistant and nonconductive easily washable & disinfect-able. Sandwich panel with insulation.

False Ceiling

- False ceiling should made with special composite materials/ Isolated sandwich panels - The material should be washable able to clean with a damp cloth. - Resistance to extreme high temperatures.

Main Body inside Construction and Finish

- Sandwich type construction design, inside of the M.S. skeleton should be covered with good quality insulation sheets of almost 38 mm followed by plywood sheets of 12.5 mm. - The plywood sheet should be finished with the Composite material sheets and should be scratched proof, water proof and fire resistant. - Same construction design should be replicated in finishing of the ceiling. - All inside construction must built-in ducting/ space for concealed electrical wiring. - A built-in stair case should be developed at the main entrance.

Floor construction and finish

- The M.S. angle bed of the skeleton should be covered with M.S. sheet and followed by water and termite proof and 12.5 to 19 mm thick ply- wood. - The floor should be carpeted with flexible, non-slip, water proof and washable special anti-bacterial flooring Vinyl sheet at-least 2mm thick. - All sides of the floor should properly sealed with silicon.

Door and Windows

- Two entrance doors should be provided at the left side of the vehicle as illustrated in above picture of vehicle. The doors should be air-locked

Page 17: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 17 of 26

by using high quality of material including hinges, door locks etc. - 2 to 3 windows of proportional sizes at appropriate locations. - All windows must be provided with double isolated high quality glass. Moveable high quality window roll-up blinds should be mounted inside.

Internal Design and Partitioning - The cabin unit should have two main sections divided through a semi-partition wall. - The first section should contain the area for X-Ray machine. - The second section should contain digital panel and computer systems for X-Ray Laboratory area for another diagnostic machine called “GenXpert” that will be fixed over a heavy duty counter by ensuring that risk of damaging the machine while movement of vehicle plus a washroom with mobile commode, sink, tissue holder, towel holder, soap container, hanger for sterilizer bottle, light, exhaust fan, mirror, a vanity box, small waste bin and specimen collection area. - The detail of overall interior design should be as under:

Lead Lining

Lead Lining for X-Ray Machine : - The outer wall will have lead of 2mm and partition will have lead of 1mm. the material of lead should be high quality as per internationally approved standards.

X-Ray Section

- Table with two drawers on roller railing, table top. - Revolving Chair. - B.P Apparatus with stethoscope aneroid type. - Dust Bin stainless steel 10 liters capacity. - One overhead cabinet - X-ray laminator - Patient stool - One 10” wall bracket fan - Examination light

Laboratory Section

- Counter table with underneath storage, counter top - Working stool - Small Refrigerator up to 4 cubic feet. - One 10” wall bracket fan - One window for dispensing (moveable, complete open and close) - One overhead cabinet for storage of lab equipment - Sink (switch operated) with underneath water storage

Page 18: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 18 of 26

Wash Room

- English commode. A complete WC system should be installed with a separate water hose connection with wash basin and water tank. - Wash basin with underneath water storage. - Mirror

Emergency Exit Door

- An emergency exit door must be provided at an appropriate location. The emergency door must comply with the international health and safety regulations.

Wheelchair Accessibility

- The TB Van must be accessible with an appropriate wheelchair accessibility ramp/lift/jack for disabled patients. Preferably hydraulic control mechanism and easy repair/maintenance.

Water Supply

- The water tank should made of stainless steel/ fiber glass material at suitable place. - The capacity of the tank should approx. 150- 200 liters. - PPR pipes will be used for water pipe line. - Grey water tank with easy drainage should be provided for waste water. - An automatic float valve should be placed in the tank which prevents overflowing. - Water filling system with overflow.

ELECTRICAL INSTALLATION SYSTEM The design of electrical installation system should meet every need of the TB Van. Three different sources for the electricity should be proposed:

- 2 Nos. Gasoline Generator 5-8 KVA for supply of power to X-Ray and GenXpert systems. Portable type, preferably drawer type cabin under the cabin, easy to pull to operate and push to close. Operational electrical fittings to functional power inside the cabin for all electrical/electronic equipment. All electrical material should be high quality, fire resistant, easy maintenance. An electrical diagram should be provided.

- Outside Electricity Input (Connectivity with local power supply)

Specification of Generators (Qty 2) 5-8 KVA Generator, air cooled, reduced operating noise, four stroke, three cylinder, Fuel Petrol, 12 V DC, electric starter, Lubricating system, pressure and splash, rating frequency 50 Hz, rated output 5 KVA and single phase.

MAIN DISTRIBUTION PANEL - Main Power on/off circuit breaker 50 AMP.

Page 19: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 19 of 26

- 16 and 20 Amp Power inlets - 16 and 20 Amp Power outlets - Circuit Breakers (lighting) - Circuit Breakers (utility switches) - Circuit Breakers (AC units) - Emergency switch off - External 220V inlet sockets (Regular Electricity Supply) - Changeover switches (Between Local and Generator Electric Supply) Cables and Wiring - Concealed wiring system - Cables quality : 15 Amp for light plugs and 30 Amp for Power plugs and also heat and fire proof. - All joints must be soldered with connector system and special clips where required. - All wires must be in PVC casing.

Sub-Electric Distribution Board - A special panel with circuit breakers for each room main equipment. - A special main switch with earth leakage (Function: if any one touches the wire or there is a shot circuit, which will work as an automatic switched-off).

Changeover Switch - A special circuit breaker box having all breakers near main entrance. - There should be an external source for outside electricity in the generator cabin.

Specification of Solar Powered Invertor System One 1500VA Solar system, high quality invertor , deep cycle jell batteries (minimum 150 Amp) and 3 to 4 units of 100 watts solar high quality panels on the roof top of cabin for lighting and fans only. Safety and security of all equipment of solar system including panels.

LIGHTING - All Ceiling and cabin lights should be LED/Energy saver (white lights) - Two- three power sockets in each room. - Minimum three sockets for different medical equipment. - Switches and sockets must be heavy duty and high quality. - Two sockets at the door opening of the Generator Cabin for use with outside electrical equipment. - Warning light should be installed at front of the rooftop.

AIR CONDITIONING SYSTEM DOMETIC Two ductless ACs having 11000 BTU should be installed at appropriate places keeping in view the partitions for cooling and heating purpose.

INTERCOM SYSTEM AND PUBLIC ADRESS SYSTEM Intercom system should be installed for convenient internal communication. The system should also work on solar power for continuous communication during power failure. A public address system (100 watts) to be installed in the driver’s cabin, at a convenient place with speaker at the outside of TB VAN for public announcements.

PATIENT ACESS The stairs should be made of M/S material covered with aluminum sheet for patient access at both door.

AWNING

Page 20: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 20 of 26

A side awning should be provided with manual function mechanism at left side of the vehicle.

Branding Branding will be advised outside the MHU (TB VAN) and to be provided the logo and text after award of the contract.

Page 21: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 21 of 26

PART E: CERTIFICATIONS

A. Representations & Certifications

Offerors must check the appropriate boxes listed as [ ], also highlighted below. 1. Certification Regarding Trafficking in Persons Compliance Plan (MAR 2015)

(a) The term “commercially available off-the-shelf (COTS) item,” is defined in the clause of this

solicitation entitled “Combating Trafficking in Persons” (FAR clause 52.222-50). (b) [ ] This contract will NOT be for supplies, other than commercially available off-the-shelf items, to

be acquired outside the United States, or services to be performed outside the United States; or DOES NOT have an estimated value that exceeds $500,000. Vendor is exempt from this certification requirement.

(c) [ ] This contract WILL be for supplies, other than commercially available off-the-shelf items, to be acquired outside the United States, or services to be performed outside the United States; and has an estimated value that exceeds $500,000. Vendor certifies that—

(1) It has implemented a compliance plan to prevent any prohibited activities identified in

paragraph (b) of the clause at 52.222-50, Combating Trafficking in Persons, and to monitor, detect, and terminate the contract with a subcontractor engaging in prohibited activities identified at paragraph (b) of the clause at 52.222-50, Combating Trafficking in Persons; and

(2) After having conducted due diligence, either— (i) To the best of the Offeror's knowledge and belief, neither it nor any of its proposed agents,

subcontractors, or their agents is engaged in any such activities; or (ii) If abuses relating to any of the prohibited activities identified in 52.222-50(b) have been

found, the Offeror or proposed subcontractor has taken the appropriate remedial and referral actions.

2. Other Representations & Certifications

(a) If the offeror is currently registered in the System for Award Management (SAM), and has

completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (b) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:

(i) [ ] Paragraph (b) applies. Skip to “3” below

(ii) [ ] Paragraph (b) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(b) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www.acquisition.gov. After reviewing the SAM database

Page 22: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 22 of 26

information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference

(c) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.

(d) Certification Regarding Responsibility Matters (Executive Order 12689). The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals— (1) [ ] Are, [ ] are not presently debarred, suspended, proposed for debarment, or declared

ineligible for the award of contracts by any Federal agency;

(2) [ ] Have, [ ] have not, within a three-year period preceding this offer, 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 Federal, state or local government 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, violating Federal criminal tax laws, or receiving stolen property,

(3) [ ] Are, [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and

(4) [ ] Have, [ ] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.

(iii) Taxes are considered delinquent if both of the following criteria apply:

A. The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.

B. The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is

Page 23: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 23 of 26

not delinquent in cases where enforced collection action is precluded. (See FAR 52.209-5 for examples)

(e) Prohibition on Contracting with Inverted Domestic Corporations. (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.

(2) Representation. The Offeror represents that—

(i) It [ ] is, [ ] is not an inverted domestic corporation; and

(ii) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation.

(f) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, The Government will not enter into a contract with any corporation that—

(i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or

(ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(2) The Offeror represents that—

(i) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and

(ii) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(g) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or

Statements—Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a

Page 24: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 24 of 26

designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General).

3. Certification of Vendor By signature hereon, or on an offer incorporating these Representations and Certifications, the offeror certifies that they are accurate, current, and complete, these Representations and Certifications are binding on the Vendor, its successors, transferees, and assignees, and the person or persons whose signatures appear below are authorized to sign these assurances on behalf of the Vendor.

Offeror Name

Signature

Signatory Name

Signatory Title

Date

Page 25: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 25 of 26

B. Certification Regarding Debarment, Suspension, or Proposed Debarment

By signing and submitting this certification, the offeror certified that neither it nor any of its Principals are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or otherwise declared ineligible from participation in this transaction by any Federal department or agency. Vendor Name: _______________________________________ Signatures: _______________________________________ Signatory Name: _______________________________________ Signatory Title: _______________________________________ Date: _______________________________________

Page 26: REQUEST FOR PROPOSAL€¦ · rfq no.: ihss-sd-proc-01-2020-0250 rfq no. ihss-sd-proc-01-2020-0250 page 1 of 26 request for quotations (rfq) rfq no: ihss-sd-proc-01-2020-0250. part

RFQ No.: IHSS-SD-Proc-01-2020-0250

RFQ No. IHSS-SD-Proc-01-2020-0250 Page 26 of 26

C. Certification Regarding Source and Shipping

By signing and submitting this certification, the offeror certified that:

The source country/countries of all goods described and quoted in response to RFQ No. IHSS-SD-Proc-01-2020-0250 are: _________________________________________________________________ Source means the country from which a good is shipped to the cooperating/recipient country or the cooperating/recipient country itself if the good is located therein at the time of the purchase, irrespective of the place of manufacture or production, unless it is a prohibited source country. Where, however, a good is shipped from a free port or bonded warehouse in the form in which received therein, “source” means the country from which the good was shipped to the free port or bonded warehouse. All goods are new and have not been sourced from: Cuba, Iran, North Korea, or Syria. In the event of ocean shipment of goods, all goods described and quoted in response to this RFQ will be shipped from _____________________ to Karachi, Pakistan in accordance with USG Flag Carrier requirements. Vendor Name: _______________________________________ Signatures: _______________________________________ Signatory Name: _______________________________________ Signatory Title: _______________________________________ Date: _______________________________________