Synopsis of the Request for Quotation

Regional Agricultural Development Program-North, (RADP-N), invites qualified vendors to submit quotations for Provision of Grapevine Trellising itemsforRADP-N in Mazar-e-Sharif.

  1. RFQ No.
/ RFQ DAI-RADP North-17-0048
  1. Issue Date
/ August 2, 2017
  1. Title
/ Provision of Grapevine Trellising Items for RADP-N
  1. Issuing Office & Email/Physical Address for Submission of Quotes
/ The quote must be in English and include the RFQ number, title, and closing date. The quote must be delivered to the address email address:
Offeror can also submit their quotation sealed in an envelope marked and signed confidential, to:RADP-N 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 Quotes.
/ The quote must be submitted by no later than August13, 2017, 04:00 (PM) Afghanistan Local Time.
  1. Point of Contact
/
  1. Anticipated Award Type
/ An award resulting from this RFQ will be Blanket Purchase Agreement (BPA). The Period of Performance of the (BPA) for Grapevine Trellising ItemsForRADP-N in Mazar-e-Sharif and will be for 2months after signing the agreement.Issuance of this RFQ 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.
  1. Basis for Award
/ An award will be made based on the Lowest Price, Technically Acceptable Source SelectionMethod. 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 RFQ.
Best offer quotations are requested. It is anticipated that awards will be made solely on the basis of these original quotations. However, DAI-RADP-NORTH reserves the right to conduct negotiations and/or request clarifications prior to award

1.Request for Quotation

  1. General Instructions to Bidders
/
  • Please submit your quote by no later than August13, 2017, 04:00 (PM) Afghanistan Local Time.Late offers will be rejected except under extraordinary circumstances at DAI’s discretion.
  • Bidders shall submit quotes either physically as original hard in a sealed envelope to RADP-N 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.
  • The quote submitted shall be valid for a period of at least30 days.
  • Bidders shall sign and date theirquotation.
  • Bidders shall complete Attachment A: Price Schedule template. Government Withholding Tax shall be included on a separate line.
  • The rates quoted shall be for the complete service inclusive of all taxes and all charges for service contingent to the work.

  1. 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 delivered to the Issuing Office no later than 10:00 AM,August09, 2017. All questions received will be compiled and answered in writing and distributed to all interested Bidders by close of business on August10, 2017.
  1. Technical Specifications and requirements for Technical Acceptability
/ See Attachment A for additional specifications.
  • Offer lowest price that is fair and reasonable for provision of Grapevine Trellising Equipment as specified in Attachment A
  • Provide number of calendar days for delivering of Grapevine Trellising Equipment specified in Attachment A. (price schedule.
  • All Prices shall be quoted in Afghanistan currency Afghani only; other currency quote will not be considered,
  • Considered vendor should be able to provide sample(s) of the quoted item(s) within 24 hours after official notice from DAI-RADP-N procurement department, (if required).
  • Accept the Terms and Conditions on page 19of this RFQ
  • Mazar Based vendor highly recommended to apply
  • Provide complete, signed, and stamped quotations
  • The proposal that does not meet technical specifications will not be considered.
  • DAI-RADP-N may reject any quote with unrealistically high or low in cost/price.
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 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 AISA License, Ministry of Commerce and Industry, Ministry of Information, Culture and Tourism, or required business licenses to operate in 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. Ability to comply with required or proposed delivery or performance schedules.
  5. Complete Form in Attachment C.1– Specification of the RADP North Office Additional Information
  6. The offer will be considered responsive when it does not take any exception to the terms and conditions of this solicitation and meets the minimum technical specifications, delivery period and methods, in addition to any other requirements specified herein.

  1. Determination of Responsiveness
/ The offer will be considered responsive when it does not take any exception to the terms and conditions of this solicitation and meets the minimum technical specifications, delivery period and methods, in addition to any other requirements specified herein.
The responsiveness will also include the past performance of the supplier. The determination of responsiveness will be evaluated based on Supplier’s response in Form in Attachment C1.
  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:
  • 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, Libya, 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.
  • 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.

  1. 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
  1. 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.
  1. Procurement Ethics
/ By submitting aBidder, 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 .
Attachment A: Detailed Specification for Provision of Grapevine Trellising Equipment item
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 2cmØshould 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 tested and be approved by RADP-N technical team before used in production of posts.
Clean allowable water must be used to prepare fresh water.
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 / 19,000 / 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 tested and be approved by RADP-N technical team before used in production of posts.
For further details please refer to the attached drawing. / Each / 6,000 / 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 / 12,200 / See attached the drawing

4 / GI Wire- 3mm Ø / Galvanized Iron Wire 3mmØ (in 50 kg bundles) / Kg / 21,000 /
5 / Gripple / Type/size: medium suitable for gripping 2mmØ to 3.25mmØ GI wire
Max. hole 2mm to 3.25 mm diameter
Maximum load: 400kg / Each / 17,000 /
6 / 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 / 140 /
Auger all parts

Auger handle

Auger blade

Auger head screw
7 / Lever Arm / Length: 120cm
Material: 20mmØ smooth surface round steel
Construction: One cone-shaped sharp and another end flattened as shown in the photo / Each / 140 /
8 / String for layout / 3mm thick string rope (100 meter roller) commonly used by masons when they are doing construction of the houses. / Each / 145 /
9 / Wrench / Two headed wrench for tightening bolts (wrench #14 mm) Material: hardened steel, The wrench size14mmshould match the nuts used in T-bar U bolts. / Each / 140 /
10 / Wire cutter / Material : Tubular steel
Drop forged hardened alloy steel jaws.
Tubular steel handles with cushioned non-slip rubber grips.
Adjustable and replaceable jaws
Jaw Capacity: ability to cut 3mm to 4mm diameter GI wire
Ideal for cutting 3 to 4mmØ GI wire. Blade made of hardened steel, durable and handles must have non-slip coating. / Each / 140 /
11 / Heavy-duty gloves / Material: Cotton with rubber coating on the fingers and lower parts of the hand.
Size: Large
Gloves used by construction workers / Pairs / 700 /
12 / Protective Glasses / Construction Material: Lenses made of anti-scratch plastic
Protection: Against impact, dust and UV.
Headband: adjustable elastic strap
Usage: Worn by workers installing concrete posts and wires to form trellis structures in the vineyards
Anti-Scratch, Anti-Fog
Color: colorless
Glasses with colorless screens worn by construction workers to protect eyes from all types of hazards
Clear Lens in clear or colored frame
Clear anti-fog lens. / Pairs / 700 /
13 / Measuring Tape / Material: Stainless steel
Measuring tape length 100 meter
Type of graduation :
10 to 13mm blade width.
Graduated in mm, figured in cm. / Each / 30 /
14 / Wire tensioner/gripper (TORQ GRIPPLE PLUS) / Suitable for tensioning 1.4mmØ to 4mmØ wire in the trellises, With settable tension gauge. / Each / 15 /
Allows tensioning of wire up to 400 kg with minimal effort due to the 6:1 gear drive mechanism Whether tensioning fence wire or trellis wire rope for anchoring systems, The Torq Tensioning Tool will work on all Gripple units up to a 6mm diameter. The integral torque gauge controls the load applied to the wire, giving consistent tension every time and optimizing the life of the wire Measure from 100 kg to 300 kg
15 / 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. / 810
16 / Transportation of trellising equipment to the districts (main items are concrete posts and anchor posts) including loading and unloading / Pul-e-Khumri / L.S. / 810
17 / 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. / 810
18 / 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. / 810
19 / 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. / 810
20 / 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. / 810
21 / 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. / 810
22 / 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
23 / Transportation of trellising equipment to the district Aqcha (main items are concrete posts and anchor posts) including loading and unloading / Aqcha, Jawzjan / L.S. / 1620
24 / Transportation of trellising equipment to the district Fayzabad (main items are concrete posts and anchor posts) including loading and unloading / Fayzabad, Jawzjan / L.S. / 1,620
25 / Transportation of trellising equipment to the districts Sheberghan (main items are concrete posts and anchor posts) including loading and unloading / Sheberghan, Jawzjan / L.S. / 3240
26 / Transportation of trellising equipment to the districts Aliabad (main items are concrete posts and anchor posts) including loading and unloading / Aliabad, Kunduz / L.S. / 1620
27 / Transportation of trellising equipment to the districts Kunduz (main items are concrete posts and anchor posts) including loading and unloading / Kunduz, Kunduz / L.S. / 1620
28 / 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. / 4400
29 / 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. / 4400
Delivery Schedule:
(Please confirm availability of all items for delivery following receipt of approved release order.) / Number of Calendar Days
( )

Note 1: The quantities in the items #16 to 30 of the table above are the total number of concrete posts and concrete anchor posts that go into different villages of the given district. The transportation cost should be calculated based off of this number. Other items are small in terms of weight and volume.