1.  Synopsis of the Request for Quotation

DAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invites qualified vendors to submit quotations to supply and deliver Office Supplies, as follows:

Request for Quotation

1.  RFQ No. / RFQ-SHAHAR-KAB-005
2.  Issue Date / 28 January 2015
3.  Title / Office and Guesthouse Networking
4.  Issuing Office & Email/Physical Address for Submission of Quotes / SHAHAR Procurement
House#04 (Left), Lane#01 (Left), Edinburgh International Main Office, Nanwayee Street, Shashdarak, Kabul-Afghanistan
5.  Deadline for Receipt of Quotes. / 4 pm local time Kabul on 03 February 2015
All Offerors are required to submit three (3) hard copies plus one (1) electronic version of their quotation on CD-ROM to the address indicated above.
6.  Point of Contact / Email for questions:
Questions due no later than 5 pm local time Kabul on 01 February 2015. All questions received will be compiled, answered, and posted as an update or a modification. It is each interested bidder’s responsibility to check for any such modification or update prior to submitting their final bid.
7.  Anticipated Award Type / Firm Fixed Price Purchase Order
8.  Basis for Award / An award will be made to the responsible bidder whose bid is responsive to the terms of the RFQ and is most advantageous to DAI, considering price or/and other factors included in the RFQ. To be considered for award, bidders must meet the requirements identified in Section 12, “Determination of Responsibility”. No discussions or negotiations are permitted with bidders, and therefore bidders shall submit their best and final price.
9.  General Instructions to Bidders / ·  Final Quotations due by 5 pm local time Kabul on 01February 2015. Late offers will be rejected except under extraordinary circumstances at DAI’s discretion.
·  Offeror to submit three (3) hard copies plus one (1) electronic version of their quotation on CD-ROM to the address indicated above.
·  Include a statement that the vendor fully understands that their quote must be valid for a period of ninety (90) days.
·  Bidders shall sign and date their quotation.
·  Bidders shall complete Attachment A: Price Schedule template.
·  These services are eligible for VAT exemption under the DAI prime contract.
·  The payment will be made upon submission and acceptance of an invoice.
·  The amount will be transferred only to the company account not to any individual account.
·  DAI/SHAHAR reserves the rights to cancel or terminate the FFPO if the company is not able to provide the satisfactory services.
10.  Questions Regarding the RFQ / Each Bidder is responsible for reading very carefully and understanding fully the terms and conditions of this RFQ. All communications regarding this solicitation are to be made solely through the Issuing Office and must be submitted via email or in writing delivered to the Issuing Office no later than the date specified above. All questions received will be compiled and answered in writing and distributed to all interested Bidders.
11.  Technical Specifications and requirements for Technical Acceptability / ·  All cable and I/O hardware shall be CAT6 and conform to the relevant standards. All terminations shall use the TIA-568B scheme. Cables shall be 100% copper.
·  Each cable shall be a single run of no longer than 70m. Cables shall not be joined within conduits or ducts. Cable runs should be separated by at least 150mm from any power cables running parallel. Data cable crossings of power cables must be done at 90 degrees. Data cables must not be run in ducts or conduits carrying power cables.
·  All cables shall be enclosed in surface mounted duct. Duct shall be Taiwanese KSS or equivalent. Duct must be sized for the number of cables, not overfilled and not under filled.
·  Terminations, including those on patch panels should have no more than 75mm of the cable unsheathed. In addition, individual pairs must not be untwisted more than 13mm prior to termination. All terminations must be IDC punch down type.
·  Any cables run external to the building must be in water resistant sealed conduit or pipe. Surface mounted duct shall not be used externally.
·  All wall jacks shall be tested and clearly labelled with a unique number at each outlet and patch panels. The numbering scheme must be logical, starting with 1 at the top floor and working around.
·  Trunk cables from the server room patch panel to each floor should terminate on the last 2 jacks of the patch panel array. (i.e. ports 47 and 48 of a 48 port array). In the server room, trunk cables should be terminated in a logical manner. Top floor on ports 1/2, the floor below on ports 3 /4 and so on. These should all be clearly labelled so that they cannot be confused with general data ports.
·  All racks must be wall mounted and lockable. Poor quality racks will not be accepted.
·  All wall cabinets, racks, patch panels and switches have to have proper grounding.
·  All the points and patch panels must be attested with a LAN tester by the contractor once the
installation work is complete and later shall be verified by DAI IT Team.
·  Vendor will maintain liability insurance, and at no time shall DAI accept responsibility for any injury or damage to staff or equipment in the carrying out the required services.
·  If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Vendors shall acknowledge receipt of any amendment to this solicitation by identifying the RFQ and amendment number(s) and date(s) in the submittal letter accompanying the offer.
·  All unit prices must be inclusive of final service delivery to the SHAHAR project office in Shash Darak, Kabul. Final service delivery includes all transportation costs, associated equipment, and labor necessary to provide the required services.
12.  Determination of Responsibility / DAI will not enter into any type of agreement with a vendor prior to ensuring the vendor’s responsibility. When assessing an vendor’s responsibility, the following factors are taken into consideration:
1.  Provide copies of the required AISA or Ministry of Commerce business licenses to operate in Afghanistan.
2.  Evidence of a DUNS number, if applicable (explained below and instructions contained in the Annex).
3.  The source, origin and nationality of the services are not from a Prohibited Country (explained below).
4.  Ability to comply with required or proposed delivery or performance schedules.
5.  Pursuant to USAID Mission Order 201.04 (4-14.001), SHAHAR is required to vet all non-US parties selected for the award of a subcontract/procurements equal to or in excess of the Afghani equivalent to USD $25,000. Please be prepared to complete and submit the Attachment C PIF and provide all supporting documentation to the Procurement Unit if requested to do so. The vetting process may take up to 4 weeks to complete.
13.  Geographic Code / ·  Under the authorized geographic code for its contract DAI may only procure goods and services from the following countries.
·  Geographic Code 937: Goods and services from the United States, the cooperating country, and "Developing Countries" other than "Advanced Developing Countries:, excluding prohibited countries. A list of the "Developing Countries" as well as "Advanced Developing Countries" can be found at: http://www.usaid.gov/policy/ads/300/310maa.pdf and http://www.usaid.gov/policy/ads/300/310mab.pdf respectively.
·  DAI must verify the source, nationality and origin, of goods and services and ensure (to the fullest extent possible) that DAI does not procure any services from prohibited countries listed by the Office of Foreign Assets Control (OFAC) as sanctioned countries. The current list of countries under comprehensive sanctions include: Cuba, Iran, North Korea, Sudan, and Syria. DAI is prohibited from facilitating any transaction by a third party if that transaction would be prohibited if performed by DAI.
·  By submitting a quote in response to this RFQ, Bidders confirm that they are not violating the Source and Nationality requirements and that the services comply with the Geographic Code and the exclusions for prohibited countries.
14.  Data Universal Numbering System (DUNS) / All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $25,000 and above are required to obtain a DUNS number prior to signing of the agreement. Organizations are exempt from this requirement if the gross income received from all sources in the previous tax year was under $300,000. DAI requires that Bidders sign the self-certification statement if the Bidder claims exemption for this reason.
For those required to obtain a DUNS number, you may request Attachment C: Instructions for Obtaining a DUNS Number.
For those not required to obtain a DUNS number, you may request Attachment D: Self-Certification for Exemption from DUNS Requirement
15.  Compliance with Terms and Conditions / Bidder shall be aware of the general terms and conditions for an award resulting from this RFQ. The selected Bidder shall comply with all Representations and Certifications of Compliance listed in Attachment B.
16.  Procurement Ethics / By submitting an Bidder, Bidders certify that they have not/will not attempt to bribe or make any payments to DAI employees in return for preference, nor have any payments with Terrorists, or groups supporting Terrorists, been attempted. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Bidders or the DAI staff may report violations to the Toll-Free Ethics and Compliance Anonymous Hotline at +1 855-603-6987, via the DAI website, or via email to .

Note: Issuance of this RFQ in no way obligates DAI to award a BPA, and Bidders will not be reimbursed for any cost associated with the preparation of this Quote. DAI/SHAHAR also reserves the right to issue multiple awards and procure only selected items from selected vendor(s).

Attachment A: Cover Letter and Price Schedule

The offeror shall prepare unit quotations for the following items. Supplier should confirm the availability of items in stock, and that unit prices are inclusive of final delivery to SHAHAR.

No / Item Name / Item Details / Quantity / Unit Price - AFN / Total Price AFN
1 / Data Outlets / Single outlet faceplates. CAT6, IDC type RJ45 sockets. Inclusive of full surface mounted duct back patch panel rack on each floor. All cables CAT6 100% copper. / 118
2 / Data Distribution feeds / CAT6 feed cables from server room rack to the racks on each floor / 6
3 / Patch panels / 24 port patch panels, IDC punch down type. Total number of patch panel to accommodate all network connections. / 4
4 / Patch panels / 48 port patch panels, IDC punch down type. Total number of patch panel to accommodate all network connections. / 2
5 / Cable Managers / 1RU black metal cable manager – between switch and patch panel / 6
6 / Wall mount Rack 12U / Wall mounted, rack lockable. Depth suitable for a network switches, patch panel and cabal manager. / 1
7 / Wall mount Rack 18U / Wall mounted, rack lockable. Depth suitable for network switches, patch panel and cabal manager. / 1
8 / Wire management and server Rack 42U / 1.HP 642 1075mm Pallet Intelligent Series Rack
(BW903A) / 1
9 / Network Switch, 48-port Gigabit / Cisco Small Business SG300-52 - Switch - L3 - managed - 50 x 10/100/1000 + 2 x combo Gigabit SFP - desktop, rack-mountable / 2
10 / Network Switch, 24-port Gigabit / Cisco Small Business 300 Series Managed Switch SG300-20 with 18 x 10/100/1000 + 2 x combo Gigabit SFP ports / 5
11 / Network Cables, 20 feet / Belkin Cat5e network cable, 20Ft / 50
12 / Network Cables, 14 feet / Belkin Cat5e network cable, 14Ft / 70
13 / Network Cables, 10 feet / Belkin Cat5e network cable for servers, 10Ft Blue / 50
14 / Patch Cables, 1 foot / Belkin Cat5e network cable, 1Ft Black / 118
Grand Total AFN: / AFN
Delivery: Final delivery within 10 days of award

We, the undersigned, provide the attached quote in accordance RFQ-SHAHAR-KAB-005 dated ______.

I certify a validity period of ninety (90) days for the prices provided in the attached Price Schedule/Bill of Quantities. Our quote shall be binding upon us subject to the modifications. We confirm the availability of required services, and that unit prices are inclusive of final service delivery to SHAHAR. We further agree to payment terms upon submission and acceptance of an invoice.

We understand that DAI is not bound to accept any quotes it receives.

Authorized Signature:

Name and Title of Signatory:

Name of Firm:

Address:

Telephone:

Email:

Company Seal/Stamp:

Attachment B: Representations and Certifications of Compliance

1.  Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or determined ineligible for an award of a contract by any Federal agency.

2.  Executive Compensation Certification- FAR 52.204-10 requires DAI, as prime contractor of U.S. federal government contracts, to report compensation levels of the five most highly compensated subcontractor executives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS)