Provide and install two fuel tanks in the Project office in Cap-HaitianpourDAI/Projet Paysages Résilients-Nord| JobPaw.com
Introduction

DAI, implementer of the USAID funded Projet Paysages Résilient Nord – PPR-Nord, invites qualified vendors to submit quotations to provide and install two Diesel fuel tanks 3,000 and 1,000 gallons, in Cap-Haitian., as follows:


Description de taches

1. General Instructions to Bidders • The deadline for submission is September 22, 2023. Late offers will be rejected except under extraordinary circumstances at DAI’s discretion.
• Bidders shall submit quotes electronically to email:
PPR-Nord_Procurement@dai.com or in a sealed envelope to: Ruelle Dericourt, Vaudreuil, Plaine du Nord, or both.
• Include a statement that the vendor fully understands that their quote must be valid for a period of 60 days from the deadline of submission.
• Bidders shall sign and date their quotation.
• Bidders shall complete Attachment A: Price Schedule template. Value Added Tax (VAT) shall be included on a separate line.
• These services are eligible for VAT exemption under the DAI prime contract.
2. 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.
3. Technical Specifications and requirements for Technical Acceptability One diesel fuel tank including:
- 3,000 gallons capacity
- Metal tank
- Equipped with meter and pump.
- Installation on concrete slab
- Deliver to Cap-Haitian

One Diesel fuel tank including:
- 1,000 gallons capacity
- Metal tank
- Equipped with meter and pump.
- Installation over concrete slab
- Deliver to Cap-Haitian
4. Prohibited Technology Bidders MUST NOT provide any goods and/or services that utilize telecommunications and video surveillance products from the following companies: Huawei Technologies Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company, or any subsidiary or affiliate thereof, in compliance with FAR 52.204-25.
5. Determination of Responsibility DAI will not enter into any type of agreement with a vendor prior to ensuring the vendor’s responsibility. When assessing a vendor’s responsibility, the following factors are taken into consideration:
1. Provide copies of the required business licenses to operate in Haiti.
2. Evidence of an Unique Entity ID (SAM)(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.
6. 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.
7. Unique Entity ID (SAM) All U.S. and foreign organizations which receive first-tier subcontracts/ purchase orders with a value of $30,000 and above are required to obtain an Unique Entity ID (SAM)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 an Unique Entity ID (SAM) you may request Attachment C: Instructions for Obtaining an Unique Entity ID (SAM)For those not required to obtain an Unique Entity ID (SAM), you may request Attachment D: Self-Certification for Exemption from Unique Entity ID (SAM)Requirement
8. 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.
9. Anti-Corruption and Anti-Bribery Policy and Reporting Responsibilities
DAI conducts business under the strictest ethical standards to assure fairness in competition, reasonable prices and successful performance or delivery of quality goods and equipment. DAI does not tolerate the following acts of corruption:
• Any requests for a bribe, kickback, facilitation payment or gratuity in the form of payment, gift or special consideration by a DAI employee, Government official, or their representatives, to influence an award or approval decision.
• Any offer of a bribe, kickback, facilitation payment or gratuity in the form of payment, gift or special consideration by an offeror or subcontractor to influence an award or approval decision.
• Any fraud, such as mis-stating or withholding information to benefit the offeror or subcontractor.
• Any collusion or conflicts of interest in which a DAI employee, consultant, or representative has a business or personal relationship with a principal or owner of the offeror or subcontractor that may appear to unfairly favor the offeror or subcontractor. Subcontractors must also avoid collusion or conflicts of interest in their procurements from vendors. Any such relationship must be disclosed immediately to DAI management for review and appropriate action, including possible exclusion from award.

These acts of corruption are not tolerated and may result in serious consequences, including termination of the award and possible suspension and debarment by the U.S. Government, excluding the offeror or subcontractor from participating in future U.S. Government business.
Any attempted or actual corruption should be reported immediately by either the offeror, subcontractor or DAI staff to:
• Toll-free Ethics and Compliance Anonymous Hotline at (U.S.) +1-503-597-4328
• Hotline website – www.DAI.ethicspoint.com, or
• Email to Ethics@DAI.com
• USAID’s Office of the Inspector General Hotline at hotline@usaid.gov.
By signing this proposal, the offeror confirms adherence to this standard and ensures that no attempts shall be made to influence DAI or Government staff through bribes, gratuities, facilitation payments, kickbacks or fraud. The offeror also acknowledges that violation of this policy may result in termination, repayment of funds disallowed by the corrupt actions and possible suspension and debarment by the U.S. Government.


Profil du consultant ou des consultants ou de la firme

Provide and install two fuel tanks in the Project office in Cap-Haitian.


Dossier d’appel d’offres

Cliquer ici pour télécharger le dossier complet d’appel d’offres


Envoyer le pli à

R-mail:
PPR-Nord_Procurement@dai.com


Autres remarques

Tank Diesel