You are on page 1of 13

Transition Initiatives for Stabilization Plus TIS+

Request for Quotation (RFQ)


OPSC-NBO-RFQ-2017-037
Solicitation Overview

Reference Number: OPSC-NBO-RFQ-2017-037


Activity Title: BPA for Architectural, Engineering, Constructionand Design
Services, Management and Supervision of Construction Project
Services
No. of RFQ Pages: 13
Determination of Award: Best-Value Determination (Trade-Off Process)
Award Type: Blanket Purchase Agreement (BPA)
Submission of RFQ: Bidders shall submit their offers and required documentation via
email tenderbox.nairobi@somtisplus.com. Please reference RFQ
OPSC-NBO-RFQ-2017-037 in the email subject line. No other
manner of submission shall be accepted.
Submission Deadline: Bidders shall submit their offers and required documentation via
email tenderbox.nairobi@somtisplus.com no later than Tuessday,
October 10, 2017 @ 1600hrs East African Time. Please reference
RFQ OPSC-NBO-RFQ-2017-037 in the email subject line
Question & Answers: Questions regarding RFQ OPSC-NBO-RFQ-2017-037 shall be
submitted to procurement@somtisplus.com no later than
Wednesday, October 4, 2017 @ 1600hrs East African Time.
Answers to questions will be distributed via email to all interested
parties by Thursday, September 21, 2017 @ 1600hrs East African
Time.

TIS+ will not respond to questions pertaining to this RFQ over the
phone other than to clarify administrative procedures and/or
submission requirements. TIS+ will not in any way assist. Offerors
in preparing their bids.
Delivery Location: Various locations in Somalia
Source & Nationality TIS+ is bound by the donor and its own policies on procurement,
Requirements: including those of source and nationality requirements. Offerors
shall disclose information on source and nationality for all goods
and services quoted. Detailed information on source & nationality
is provided within this RFQ.

Notice: Issuance of RFQ OPSC-NBO-RFQ-2017-037 does not in any way


obligate TIS+ to award a Blanket Purchase Agreement for the
Items. Award to a service provider is subject to availability of funds
and requisite donor approvals. Offerors interested in submitting
quotations do so at their own discretion and cost.
Accompanying Annexes: ANNEX 1 - SCOPE OF WORK
ANNEX 2 - DETAILED FINANCIAL PROPOSAL
ANNEX 3 - PAST EXPERIENCE
ANNEX 4 - PROPOSED MANAGEMENT & SUPPORT TEAM
ANNEX 5 - OFFEROR COVER LETTER

1
Transition Initiatives for Stabilization Plus TIS+

Issuance Date: September 14, 2017

To: Offerors

For: Transition Initiatives for Stabilization Plus TIS+

Subject: RFQ OPSC-NBO-RFQ-2017-037 BPA for Architectural and Engineering Design


Services, Management and Supervision of Construction Projects Services

INTRODUCTION The TIS+ Program aims to promote peace and stability in Somalia by increasing the visibility of,
and confidence in Government through improved service delivery, creating collaborative and strategic
partnerships among government institutions, the private sector, civil society and communities.

PURPOSE: The purpose of this RFQ is to solicit quotations from eligible architectural and engineering
companies for as needed, Architectural and Engineering Design Services, Management and Supervision of
Construction Projects Services.

As a result of this RFQ, the TIS+ Program anticipates issuing a blanket purchase agreement (BPA)or
possibly multiple BPAs - to establish specific pricing levels and parameters for ordering these
commodities/services. This will allow the TIS+ Program to issue specific Blanket Purchase Agreements, on
an as-needed basis, for the procurement of these services over the next 12 months. The company shall
furnish the services described in any Blanket Purchase Agreements issued by TIS+ under a BPA. TIS+ is
only obligated to pay for services ordered through Blanket Purchase Agreements issued under this RFQ
and delivered by the company in accordance with the terms/conditions of a BPA.

Offerors are responsible for ensuring that TIS+ receive their offers in accordance with the instructions,
terms, and conditions described in this RFQ. Failure to adhere with instructions described in this RFQ may
lead to an offerors bid as being non-responsive resulting in disqualification for a determination of award.

INSTRUCTIONS:

Submission deadline:

Submissions shall be sent in electronic form to tenderbox.nairobi@somtisplus.com, Bids sent to


personal email addresses of TIS+ staff will not be considered for award under this RFQ. Offerors shall
reference the RFQ Number and Activity Title in the email subject line or be clearly marked on sealed bids,
e.g. RFQ OPSC-NBO-RFQ-2017-037

No late submissions will be accepted; however, TIS+ reserves the right to consider submissions past the
deadline in order to ensure adequate price competition and/or procurement needs.

Delivery Location & Time: The delivery of service will be pre-determined places within Somalia.

2
Transition Initiatives for Stabilization Plus TIS+

As part of its response to this RFQ, each vendor is expected to provide an estimate (in calendar days) of
the delivery timeframe (after receipt of order). The delivery estimate presented in an offer in response to
this RFQ must be upheld in the performance of any resulting Agreement.

Any international shipping carried out under any service agreement resulting from this RFQ must take
place on US-flag vessels.

Packing: for delivery of commodities, the contract line item number(s) must be clearly written on each
box and the contents identified in each box.

Questions: Questions regarding the technical or administrative requirements of this RFQ shall be
submitted no later than Wednesday, September 20, 20176 @ 1500hrs East African Time by email to
procurement@somtisplus.com. Questions and requests for clarificationand the responses theretowill
be circulated as an Amendment to the RFQ to all RFQ recipients who have indicated an interest in bidding
by no later than Thursday, September 21, 2016 @ 1500hrs East African Time.

Only the written answers issued by TIS+ will be considered official and carry weight in the RFQ process
and subsequent evaluation. Any verbal information received from employees of TIS+ or any other entity
should not be considered as an official response to any questions regarding this RFQ.

Specifications: Annex 1 contains the technical specifications of the services that may be required under
the BPA. Any commodities offered in response to this RFQ must be new and unused.

Please note that, unless otherwise indicated, stated brand names or models are for illustrative description
only. An equivalent substitute, as determined by the specifications, is acceptable.

At this time, specific quantities to be purchased under any BPA resulting from this RFQ are unknown.
Specific quantities will depend on the needs of the TIS+ Program. Individual Blanket Purchase Agreements
will be issued under the BPA agreement, as the need arises for additional commodities/services.

Duties: The TIS+ Program is Customs and VAT exempted (TIS+ will request duty exemption on behalf).
Quotations shall exclude Customs and VAT.

Quoted Price: Quotations in response to this RFQ must be priced on a fixed-price, all-inclusive basis, and
in accordance with the technical specification cost breakdown as provided for in Annex 1. Any hidden fees
or additional costs shall be disclosed in the Offerors quotation.

Offerors are requested to provide quotations on official letterhead or quotation format; in the event this
is not possible, offerors may complete the table in Annex 2.

In addition, offerors responding to this RFQ are requested to submit the following:

A copy of their official registration or business license.


A copy of their identification card.

Currency should be specified in United States Dollars (USD).

Certification of Quotation: Offerors must certify that quotations are valid for up to 365 days. A letter of
certification on company letterhead must be included with the offerors submission. This statement may
be included as part of the quotation.

3
Transition Initiatives for Stabilization Plus TIS+

Payment Schedule: Offerors shall propose a payment schedule conducive to their companys policy, and
timely delivery and acceptance of goods and services. Please note that TIS+ is bound by donors
regulations and its own policies on the proportion of payment that can be made in advance of delivery of
goods and services.

Detailed Services Specifications: Detailed Services Specifications for the BPA for Architectural and
Engineering Design Services, Management and Supervision of Construction Projects Services items is
attached as Annex 1.

Warranty: Warranty per the manufacturer is required for all services and commodities under this RFQ.
The warranty coverage must be valid on all services and commodities per the manufacturer standards
after delivery, installation and acceptance of the services & commodities, unless otherwise specified in
the technical specifications.

Source/Nationality/Manufacture: All goods and services offered in response to this RFQ or supplied
under any resulting award must meet the donors Geographic Code 937 in accordance with the donors
Code of Federal Regulations (CFR), 22 CFR 228. The cooperating country for this RFQ is Kenya.

Offerors may not offer or supply any commodities or services that are manufactured or assembled in,
shipped from, transported through, or otherwise involving any of the following countries: Burma
(Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria.

DUNS Number: If the subcontract resulting from this RFQ exceeds $25,000 and if the successful Offeror
had more than $300,000 gross income during its last tax year, the successful Offeror shall have a DUNS
number prior to the subcontract being executed. If the successful Offeror does not have a DUNS number,
the successful Offeror shall apply and receive one prior to the subcontract being executed. TIS+ may be
able to assist the successful Offeror with securing a DUNS number.

The following information will be required for obtaining a DUNS Number: a) Legal Name; b) Headquarters
name and address for your business; c) Doing Business As (DBA) or other name by which your business is
commonly recognized; d) Physical address, city, state (country), and Zip/Country Code; e) Mailing Address
(if separate from headquarters and/or physical address); f) Contact name and title; g) Number of
employees at your physical location; and h) whether you are a Home-Based Business. For more
information, please visit http://fedgov.dnb.com/webform/index.jsp.

SAM registration: The subcontractor is required to register for SAM. SAM is the official free, government
operated website (www.sam.gov) - there is NO charge to register or maintain your entity registration
record in SAM. Before registering for SAM, the subcontractor needs to complete registration for a Data
Universal Numbering System (DUNS) Number.

Eligibility: By submitting an offer in response to this RFQ, the offeror certifies that it and its principal
officers are not debarred, suspended, or otherwise considered ineligible for an award by the U.S.
Government. TIS+ will not award a contract to any firm that is debarred, suspended, or considered
ineligible by the donor.

4
Transition Initiatives for Stabilization Plus TIS+

Demonstration of Responsibility: To be deemed a responsible and responsive Offeror, the Offerors bid
shall include all of the following in accordance with the instructions and terms and conditions of the RFQ:

Completed Sample Response letter, signed by an authorized representative of the offeror with
company/contact details (see Annex 5 template)

Official quotation, including specifications of offered equipment (see Annex 1 & 2 for example
format)

For Organizations: Copy of offerors registration or business license

For Individuals: copy of individual identification card

Certification of Price Guarantee

Offerors must submit any company brochures, profiles, or other supporting documentation to convey
best price, most responsible and responsive bid.

Determination for Award:

Quotations will be evaluated based on a best value determination to the TIS+ Program using a trade-off
process. This means that, in TIS+s estimation, the selected offer will provide the greatest overall benefit
to the TIS+ Program in response to the requirements stated in this RFQ. It may be in the interest of TIS+
to consider award to other than the lowest priced Offeror or other than the highest technically rated
Offeror. The evaluation factors and allocated point structure is presented below.

In total, the technical evaluation factors, when combined, are significantly more important than the total
offered price. This process permits trade-offs among price and non- cost factors and allows TIS+ to accept
other than the lowest price quotation. The perceived benefits of a higher price quotation shall merit the
additional cost. However, even though technical factors are significantly more important than price, cost
data will be evaluated based on cost reasonableness, allowability and realism based on the following
considerations:

Are proposed costs realistic for the work to be performed under the award?
Do the costs reflect a clear understanding of the work requirements?
Are the costs consistent with the various elements of the Offerors technical proposal?

5
Transition Initiatives for Stabilization Plus TIS+

Evaluation Criteria Technical and Financial/Management Capability

The Offerors proposal shall be evaluated to determine overall technical capability to provide trucks
transport service successfully and timely to the respective locations based on:

Items Points

1. Past Performance Offeror will be evaluated on successful completion of 50 Points


similar services provided to clients in various locations in Somalia.
Provide a summary not to exceed three pages of your organizations past
performance over the last five years in conducting activities in Somalia
similar to those anticipated under this RFQ. The past performance overview
summary should summarize list project names; donors or clients funding
each listed project; the value of the project, the dates of project
implementation; where projects were implemented; partner institutions
and organizations; general activities conducted; and at least one reference
for each project, including reference contact details (preferably a
client/donor or a government or organizational counterpart/partner).
Please emphasize your organizations work in different parts of Somalia and
with Somali government organizations, institutions and other actors.
Provide evidence of works undertaken.

2. Technical Approach Provide a two-page summary of your organizations 25 Points


technical approach and management capabilities, how your organization
would manage and be responsible for oversight and management of the
relationship between your organization and AECOM/TIS+.

3. Personnel - Provide a two-to-three-page summary of the experience and 25 Points


specializations of staff and consultants that will be available to participate
once contracted to perform the architectural, engineering and surveying
services. Also include CVs of no more than 3 pages each for each proposed
staff member or consultant (with a maximum of 8 total staff/consultants)
and signed contracts, or one-page letters of commitment from proposed
personnel, stating his/her intention to work for your organization (electronic
signatures are acceptable)

Total 100 points

It is anticipated that award will be made solely based on these original quotations using the trade-off
process. However, TIS+ reserves the right to conduct any of the following:

TIS+ may conduct negotiations with and/or request clarifications from any Offeror prior to
award.
While preference will be given to Offerors who can address the full technical requirements
of this RFQ, TIS+ may issue a partial award or split the award among various suppliers, if in
the best interest of the TIS+ Program.

6
Transition Initiatives for Stabilization Plus TIS+

Terms and Conditions: This is a Request for Quotations only. Issuance of this RFQ does not in any way
obligate, TIS+, the TIS+ Project, or the donor to make an award or pay for costs incurred by potential
Offerors in the preparation and submission of an offer.

This solicitation is subject to TIS+s standard terms and conditions. Any resultant award will be governed
by these terms and conditions; a copy of the full terms and conditions is available upon request. Please
note the following terms and conditions will apply:

(a) TIS+s standard payment terms are net 30 days after receipt and acceptance of any commodities
or deliverables. Payment will only be issued to the entity submitting the offer in response to this
RFQ and identified in the resulting award; payment will not be issued to a third party.
(b) Any international air or ocean transportation or shipping carried out under any award resulting
from this RFQ must take place on U.S.-flag carriers/vessels.
(c) The donor law prohibits transactions with, and the provision of resources and support to,
individuals and organizations associated with terrorism. The supplier under any award resulting
from this RFQ must ensure compliance with these laws.
(d) The title to any goods supplied under any award resulting from this RFQ shall pass to TIS+
following delivery and acceptance of the goods by TIS+. Risk of loss, injury, or destruction of the
goods shall be borne by the offeror until title passes to TIS+.
(e) Any award resulting from this RFQ will be in the form of a Blanket Purchase Agreement (BPA). The
TIS+ Program anticipates issuing a BPA (or multiple BPAs) under which specific Blanket Purchase
Agreements can be issuedon an as-needed basisat the pricing levels established in the BPA.
When the need arises for the commodities/services described in the BPA, TIS+ Project will issue a
Blanket Purchase Agreement to the BPA-holder. If there are multiple BPA-holders as a result of
this RFQ, the Blanket Purchase Agreement will be issued to the BPA-holder that presents the best
value for that specific order, based on price and delivery time. Any BPA issued as a result of this
RFQ will have a minimum duration of at least 12 months. The Supplier shall furnish the
supplies/services described in any Blanket Purchase Agreements issued by the TIS+ under the
BPA. The TIS+ Program is only obligated to pay for supplies/services to the extent Blanket
Purchase Agreements are issued under any BPA resulting from this RFQ.
(f) No commodities or services may be supplied that are manufactured or assembled in, shipped
from, transported through, or otherwise involving any of the following countries: Burma
(Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria.
(g) If the subcontract resulting from this RFQ exceeds $25,000 and if the successful Offeror had more
than $300,000 gross income during its last tax year, the successful Offeror shall have a DUNS
number prior to the subcontract being executed. If the successful Offeror does not have a DUNS
number, the successful Offeror shall apply and receive one prior to the subcontract being
executed. TIS+ may be able to assist the successful Offeror with securing a DUNS number.

Thank you.
..
TIS+ PROGRAM
Email: procurement@somtisplus.com

7
Transition Initiatives for Stabilization Plus TIS+

ANNEX 1

SCOPE OF WORK for Architectural and Engineering Design Services, Management and Supervision of
Construction Projects Services

AECOM has identified the followings needs for the infrastructure projects, which will be specifically
outlined during the negotiation and award. The Contractor shall provide below described tasks as per
TIS+ expectations.

1. Survey and Evaluate site conditions and provide the Assessment Report with the
constructability study for the existing and/or the new construction,
2. Develop SOW (Scope of Work) based on Technical Assessment Reports prepared by TIS+
Engineers,
3. Develop detailed construction Drawings with the necessary calculations according to IBC
(International Building Code, 2009 Edition) requirements as per TIS+ Format
4. Develop Technical Specifications
5. Provide project Schedule proposal with milestones,
6. Develop BOQ (Bill of Quantity) with the quantity take-offs
7. Develop detailed Estimates with the breakdown of material, machinery&equipment, skilled and
unskilled labor, etc. as well as provide recommendation on construction feasibility, supporting
documentation of how those estimates were calculated.
8. Conduct Environmental Study as per TIS+ USAID approved EMMP Environmental Mitigation and
Monitoring Plan) requirements.
9. Other Architectural, Engineering and Construction services which will be requested by AECOM
TIS+ ;

8
Transition Initiatives for Stabilization Plus TIS+

ANNEX 2

DETAILED FINANCIAL PROPOSAL

The purpose of this RFQ is to solicit quotations from eligible suppliers for as-needed, ad hoc purchases of
BPA for Architectural and Engineering Design Services, Management and Supervision of Construction
Projects Services. As a result of this RFQ, the TIS+ Program anticipates issuing a blanket purchase
agreement (BPA)or possibly multiple BPAsto establish specific pricing levels and parameters for
ordering these services. This will allow the TIS+ Program to issue specific task orders, on an as-needed
basis, for the procurement of these services over the next one (1) year or up to a ceiling cost of USD
149,999.00. The vendor shall render the services described in any task order issued by TIS+ under this
BPA. TIS+ is only obligated to pay for the services ordered through task order issued under this BPA and
delivered by the vendor in accordance with the terms/conditions of this BPA.

9
Transition Initiatives for Stabilization Plus TIS+

Anticipated Services required under the awarded BPA will include:

Unit Cost
Description Unit
(In USD)
Architectural and Engineering Design Services
Architect Hrs/Days
Geotechnical Engineer Hrs/Days
Surveyor Hrs/Days
Civil Engineer Hrs/Days
Structural Engineer Hrs/Days
Electrical Engineer Hrs/Days
Mechanical Engineer Hrs/Days
Draughtsman Hrs/Days
AutoCAD Designer Hrs/Days
Estimater & Quantity Take-off Hrs/Days
Quantity Surveyor Hrs/Days
Project Manager Hrs/Days
Finance Officer Hrs/Days
Admin/Logistics Officer Hrs/Days
Environmental Expert Hrs/Days
Management and Supervision of Construction Projects Services
Site Visits and Reporting Hrs/Days
On the Job Training Hrs/Days

NOTE: All equipment, labor, materials, insurance, warranty, and other associated costs are to be
included in the cost quoted.

COST DESCRIPTION/JUSTIFICATION: [INSTRUCTIONS TO OFFERORS DELETE AFTER READING AND


WHEN PREPARING BIDS Quotations in response to this RFQ must be priced on a fixed-price, all-
inclusive basis, direct labor, material, overhead, and all other costs, in accordance with the scope of
work as provided for in Annex X. Offerors may elect to submit cost descriptions/justifications for items
that require additional information to justify cost reasonableness].

10
Transition Initiatives for Stabilization Plus TIS+

ANNEX 3
PAST EXPERIENCE (Provide Evidence)

Start and End Dates


Client Description of Services Location Cost in US$
No (MM/DD/YY
(Name/Tel No./Email Address
MM/DD/YY)
1

11
Transition Initiatives for Stabilization Plus TIS+

ANNEX 4
PROPOSED MANAGEMENT & SUPPORT TEAM

Years of Technical
Name Position Education
Experience Qualifications

12
Transition Initiatives for Stabilization Plus TIS+

ANNEX 5
OFFEROR COVER LETTER

The following cover letter must be placed on a letterhead and completed/signed/stamped by a


representative authorized to sign on behalf of the offeror:

To: TIS+ Program


Off UN Avenue, left just before Warwick Center, Gigiri
Nairobi, Kenya

Reference: RFQ OPSC-NBO-RFQ-2017-037

To Whom It May Concern:

We, the undersigned, hereby provide the attached offer to perform all work required to complete the
activities and requirements as described in the above-referenced RFQ. Please find our offer attached.

We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included
in the above-referenced RFQ. We further certify that the below-named firmas well as the firms
principal officers and all commodities and services offered in response to this RFQare eligible to
participate in this procurement under the terms of this solicitation and under USAID regulations.

Furthermore, we hereby certify that, to the best of our knowledge and belief:

We have no close, familial, or financial relationships with any TIS+ project staff members;
We have no close, familial, or financial relationships with any other Offerors submitting proposals
in response to the above-referenced RFQ;
The prices in our offer have been arrived at independently, without any consultation, communication,
or agreement with any other Offeror or competitor for the purpose of restricting competition;
All information in our proposal and all supporting documentation is authentic and accurate; and,
We understand and agree to TIS+s prohibitions against fraud, bribery, and kickbacks.

We hereby certify that the enclosed representations, certifications, and other statements are accurate,
current, and complete.

Authorized Signature:

Name and Title of Signatory:

Date:

Company Name:

Company Address:

Company Telephone and Website:

Company Registration or Taxpayer ID Number:

Does the company have an active bank account (Yes/No)?

Official name associated with bank account (for payment):

13

You might also like