1.Synopsis of the RFP

DAI, implementer of the USAID funded RADP-North, invites qualified vendors to submit proposals/bids to supply and deliverof Provision of Grapevine Trellising Items for RADP-N, as outlined below.

  1. RFP No.
/ RFP18- 0024
  1. Issue Date
/ Mar 27, 2018
  1. Title
/ Provision of Grapevine Trellising posts, T-Bars and Transportation Services for RADP-N
  1. Issuing Office & Email/Physical Address for Submission of Proposals
/ The quote must be in English and include the RFP number, title, and closing date. The quote must be delivered to the email address:
Offeror can also submit their quotation sealed in an envelope marked and signed confidential, to:RADP-North Office, Operations Department, Mazar-e-Sharif, Guzar-e-Marmul, Behind Sultan Razia High School, second street in front of IAM office, Mazar-e-Sharif, Afghanistan.
  1. Deadline for Receipt of Questions
/ The questions must be asked by no later thanApr 5, 201804:00PM Afghanistan Local Time.
  1. Deadline for Receipt of Proposals.
/ The quote must be submitted by no later thanApril10, 201804:00PM Afghanistan Local Time.
  1. Contact Person
/
  1. Anticipated Award Type
/ The anticipated specific terms and conditions are as follows: An award resulting from this RFP will be a Blanket Purchase Agreement (BPA) The Period of Performance of the (BPA) for Provision of Grapevine Trellising posts for RADP-Nwill be for six months. Issuance of this RFP in no way obligates DAI to award a subcontract or purchase order and Bidders will not be reimbursed for any costs associated with the preparation of their quote. DAI reserves the right to accept all or part of the quotations provided.Issuance of this RFP in no way obligates DAI to award a subcontract or purchase order and offerors will not be reimbursed for any costs associated with the preparation of their bid.
  1. Basis for Award
/ An award will be made based on the Lowest Price, Technically Acceptable Source Selection process. The award will be issued to the responsible Offeror submitting the lowest evaluated price that meets or exceeds the acceptability requirements for technical/non-cost factors described in this RFP.

Interested Offerors may obtain a full copy of the RFP which contains detailed instructions for preparation of the proposal. The RFP may be collected from .

2.Request for Proposal - Goods

  1. General Instructions to Offerors
/
  • Please submit your proposal/bid by no later than April10, 2018,04:00 (PM) Afghanistan Local Time. Late offers will be rejected except under extraordinary circumstances at DAI’s discretion.
  • Bidders shall submit proposal/bids either physically as original hard in a sealed envelope to RADP-North Office, Operations Department, Mazar-e-Sharif, Guzar-e-Marmul, Behind Sultan Razia High School, second street in front of IAM office, Mazar-e-Sharif, Afghanistan), or electronically via procurement email (this is a strict access controlled email account set up ONLY to receive solicitation responses), or both. The hard copy and/or email and the attached quote shall include the RFQ number, title, and closing date.
  • Offerors shall confirm in writing that the Offeror fully understands that their proposal must be valid for a period of 120 of days
  • Offerors shall sign and date the Price Schedule, in lieu of a formal cover letter
  • Offerors shall complete Attachment A: Price Schedule template. Value Added Tax (VAT) shall be included on a separate line.
  • These services choose are/are not eligible for VAT exemption under the DAI prime contract.

  1. Questions Regarding the RFP
/ Each Offeror is responsible for reading very carefully and understanding fully the terms and conditions of this RFP. 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 Offeror.
  1. Technical Specifications and requirements for Technical Acceptability
/ See Attachment A for additional specifications.
  • Technical specification along with relevant past experience and performance offer is fair and reasonable for Provision of Grapevine Trellising posts for RADP-Nas specified in Attachment A
  • Provide allGrapevine Trellising Items listed in Attachment A for RADP-N within 90 calendar days after order placement.
  • Provide Quotation in AFN currency
  • Provide fixed price for duration of 12 months
  • The vendor must have a manufacturing facility with the following specifications:
  • Minimum of 1,000 square meter of paved platform constructed from PCC or asphalted.
  • A curing pond or a similar structure with a minimum of 500 square meter area where concrete posts will be dipped into water for curing.
  • The entire areaof the manufacturing facility must be 3,000 square meter or more to have enough storage area for raw materials and concrete posts that undergo curing process and etc.
  • There must be a minimum of 700 moulds enough to cast 700 posts at a time.
  • The manufacturing facility must be equipped with a minimum 2 inch running water system. The water used for concrete should of acceptable quality.
  • The manufacturing facility must be equipped with concrete mixer, at least two mechanical vibrators appropriate for vibrating narrow concrete elements in mould.
  • The manufacturing facility must be located in Mazar-e-Sharif.
  • The offeror must allow the RADP-N to verify the existence of the above facility in case needed during the evaluation of the submitted RFP. Photos of the manufacturing site and its necessary facilities must be included in the RFP.
  • Only Construction companies or post pro will be considered, companies that are not working in construction field will be disqualified.
  • Construction companies with relevant past experience will be preferred.
  • Attach a timeline of activities (Attachment B)for the 90 calendar days of performance to demonstrate how the offeror is able to complete the job within 90 calendar days.
  • The offeror must attach the CVs of the site manager and quality control engineer.
  • RADP-North has the right to reject unrealistic low/high price.
  • Accept the Terms and Conditions on last page of application
  • Provide complete, signed, and stamped quotations
  • The proposal that does not meet technical specifications will not be considered.
  • If miscalculation occurred RADP-North has the right to consider the unit price and correct the bid accordingly.
  • Any blank bid will not be considered.
Failure to meet any of these terms could result in disqualification from this award process.
  1. Determination of Responsibility
/ DAI will not enter into any type of agreement with an Offeror prior to ensuring the Offeror’s responsibility. When assessing an Offeror’s responsibility, the following factors are taken into consideration:
  1. Provide copies of the required business licenses to operate in the host Afghanistan.
  2. Evidence of a DUNS number (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. Having adequate financial resources to deliver goods or the ability to obtain financial resources.
  5. Ability to comply with required or proposed delivery or performance schedules.
  6. Have a satisfactory past performance record.
  7. Have a satisfactory record of integrity and business ethics.
  8. Be qualified and eligible to perform work under applicable laws and regulations.

  1. 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: and respectively.
  • AI 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 proposal in response to this RFP, Offerors 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.

  1. Data Universal Numbering System (DUNS)
/ All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $30000 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 Offerors sign the self-certification statement if the Offeror 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
  1. Compliance with Terms and Conditions
/ Offerers shall be aware of the general terms and conditions for an award resulting from this RFP. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment B.
  1. Procurement Ethics
/ By submitting an offer, offerors 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 Offeror 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 .
Attachment A: Detailed Specification for Provision of Grapevine Trellising posts for RADP-N
NO / Items Name / Detailed Specifications / Unit / Qty. / Unit Price / Total Price / Sample Picture or Equivalent to Sample
(The photographs are to provide a visual guide to the requirement but is not indicative of the brand or model required)
1 / Concrete post / Dimensions: width 9cm, height 9cm and length 230cm
Materials: concrete M200, longitudinal steels 6mmØ and 19 stirrups 4mmØ
Construction: All finished surfaces must be smooth, with 15mm clear cover at each side (proper spacer need to be used to ensure the required clear cover), 3 holes each with 2cmØ should be made during casting of the posts by placing 3 PVC pipes crossing the width of the post as shown in the attached drawing. All posts must undergo at least 21 days curing during which time the concrete posts need to be dipped in water or must continuously be wetted. Posts with cracks, uneven surface, exposed/bare steel and having honeycombs will be rejected. Mechanical vibrator and appropriate molds must be used for casting of concrete posts. Appropriate size crashed aggregate must be used to prepare the mortar.
The aggregate must be clean of all dust and clay particles.
Concrete mix design must be prepared and tested by the offeror and be approved by RADP-N technical team before used in production of posts.
Clean allowable water must be used to prepare fresh mortar.
For further details, please refer to the attached drawing.
A mark should be engraved in each post to identify the manufacturer or the project. / Each / 41,400 / Please see the attached drawing.

2 / Concrete anchor post / Dimensions: width 12cm, height 12cm and length 150cm
Materials: concrete M200, longitudinal steels 8mmØ and 11 stirrups 4mmØ
Construction: All finished surfaces must be smooth, with 15mm clear cover, each pair of the longitudinal steel bars should come out of the top end to make two hooks as shown in the drawing. All posts must undergo at least 21 days curing during which time the concrete posts need to be dipped in water or must continuously be wetted.
Posts with cracks, uneven surface, exposed/bare steel and having honeycombs will be rejected. Mechanical vibrator and appropriate molds must be used for casting of concrete posts. Appropriate size crashed aggregate must be used to prepare the mortar.
The aggregate must be clean of all dust and clay particles.
Clean allowable water must be used to prepare fresh water.
Concrete mix design must be prepared and tested by the offeror and be approved by RADP-N technical team before used in production of posts.
For further details please refer to the attached drawing. / Each / 13,000 / Please see the attached drawing.

3 / T-Bars / Material: Angular Steel (2 inch or 50mm each flap)
Weight per T-bar: 3.5kg
Construction:
  • 120cm length
  • With four holes cut as shown in the drawing
  • A U bolt attached with two washers, U bold made of 10mmØ steel with two nuts of 14
  • Painted two coats of anti-rust paint
The T-bars should be made according to the attached drawing. / Each / 24,400 / See attached the drawing

4 / GI Wire- 3mm Ø / Galvanized Iron Wire 3mmØ (in 50 kg bundles) / Kg / 45,000 /
5 / Ground Auger / Material: All parts made of steel including main pipe, handle pipe, head screw and blade
Total Length: 120cm
Width of handle: 60cm
Length of head screw: 10cm
Weight: 5kg (minimum)
Length of blade: 25cm (2.5 coils with 10cm between each)
Drilling capacity: Suitable for drilling 12cm diameter hole in hard and soft soil structures.
Construction; Main pipe made of 1.5inch, handle made of 0.5inch pipe crossed through the 1.5inch main pipe, head screw made of 4mm thick steel, blade made of 4mm thick steel firmly welded to the lower part of the main pipe, / Each / 200 / Auger

Auger Handle

Auger blage

Auger head screw

6 / Lever Arm / Length: 120cm
Material: 20mmØ smooth surface round steel
Construction: One end cone-shaped sharp and another end flattened as shown in the photo / Each / 200 /
7 / Transportation of trellising equipment to the districts (main items are concrete posts and anchor posts) including loading and unloading / Baghlan-e-Jadeed, Baghlan / L.S. / 3,240
8 / Transportation of trellising equipment to the districts of Balkh (main items are concrete posts and anchor posts) including loading and unloading / Balkh, Balkh / L.S. / 1620
9 / Transportation of trellising equipment to the districts of Chimtal and Balkh (main items are concrete posts and anchor posts) including loading and unloading / Chimtal, Balkh / L.S. / 2,430
10 / Transportation of trellising equipment to the districts of Dawlatabad (main items are concrete posts and anchor posts) including loading and unloading / Dawlatabad, Balkh / L.S. / 1,296
11 / Transportation of trellising equipment to the district of Dehdadi (main items are concrete posts and anchor posts) including loading and unloading / Dehdadi, Balkh / L.S. / 1,620
12 / Transportation of trellising equipment to the district Nahri Shahi (main items are concrete posts and anchor posts) including loading and unloading / Nahri Shahi, Balkh / L.S. / 1,944
13 / Transportation of trellising equipment to the district Sholgara (main items are concrete posts and anchor posts) including loading and unloading / Sholgara, Balkh / L.S. / 810
14 / Transportation of trellising equipment to the district Aqcha (main items are concrete posts and anchor posts) including loading and unloading / Aqcha, Jawzjan / L.S. / 2,430
15 / Transportation of trellising equipment to the district Fayzabad (main items are concrete posts and anchor posts) including loading and unloading / Fayzabad, Jawzjan / L.S. / 2,430
16 / Transportation of trellising equipment to the districts Sheberghan (main items are concrete posts and anchor posts) including loading and unloading / Sheberghan, Jawzjan / L.S. / 8,100
17 / Transportation of trellising equipment to the districts Aliabad (main items are concrete posts and anchor posts) including loading and unloading / Aliabad, Kunduz / L.S. / 2,430
18 / Transportation of trellising equipment to the districts chahar dara (main items are concrete posts and anchor posts) including loading and unloading / Chahar Dara district, Kunduz / L.S. / 810
19 / Transportation of trellising equipment to the districts Khan Abad district (main items are concrete posts and anchor posts) including loading and unloading / Khan Abad district, Kunduz / L.S. / 810
20 / Transportation of trellising equipment to the districts Kunduz (main items are concrete posts and anchor posts) including loading and unloading / Kunduz, Kunduz / L.S. / 2,430
21 / Transportation of trellising equipment to the districts Feroz Nakhcheer (main items are concrete posts and anchor posts) including loading and unloading / Feroz Nakhcheer, Samangan / L.S. / 11,000
22 / Transportation of trellising equipment to the districts Hazrat-e-Sultan (main items are concrete posts and anchor posts) including loading and unloading / Hazrat-e-Sultan, Samangan / L.S. / 11,000
Delivery Schedule:
( ) / (Please confirm availability of all items for delivery following receipt of approved release order.) / Number of Calendar Days
( )

We, the undersigned, provide the attached proposal in accordance RFP # ______dated ______Our attached proposal is for the total price of ______(figure and in words)

I certify a validity period of ___days for the prices provided in the attached Price Schedule/Bill of Quantities. Our proposal shall be binding upon us subject to the modifications resulting from any discussions.