+ All Categories
Home > Documents > Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from...

Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from...

Date post: 22-Aug-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
17
1 | Page Request for Proposal (RFP) for the provision of clearing, inland transportation and logistics services for the Ganta to Gbarnga Grid Extension Project (GGGEP) Method of Submittal: Bids shall be submitted in both hard copy and a soft copy on a CD or pen drive using the AMERICAN PROCUREMENT SERVICES CORPORATIONS (APSCO) RFP format. Hard copies should be fully signed, stamped, and addressed with attention to the Selection Committee, at the USAID Ganta to Gbarnga Grid Extension Project (GGGEP), APSCO Building, Warren Street and Camp Johnson Road, Monrovia, Liberia Vendors should submit 1 separate copy (hard & soft) of the technical proposal and 1 separate copy of the financial proposal (hard & soft). The hard & soft copies of the technical proposal should be placed in a separate envelop and the hard & soft copies of the financial proposals placed in another envelope. Both proposals must be place in a bigger enveloped and clearly marked as stated above. The Bidder/Service provider agrees to hold the prices in its offer firm for 90 days from the date specified for the receipt of offers, unless another time is specified in the addendum of the RFP. Service Required: Clearing, inland transportation and logistics Solicitation number RFP/APSCO/SER/02/2018_Provision of clearing, inland transportation and logistics services. Type of Procurement: One-Off Purchase Agreement/Blanket Purchase Order for one year Type of Contract: Firm Fixed Price Contract Number: 72066918C000005 This Procurement supports: The USAID funded Ganta to Gbarnga Grid Extension Project (GGGEP) Submit Proposal to: The selection committee APSCO, Monrovia, Liberia, email: [email protected] or [email protected] Date of Issue of RFP: October 31, 2018 Date Questions from service provider Due: November 7, 2018 Email to send question: [email protected] or [email protected] Date Responses to Questions Due: November 10, 2018 Date and time of Proposal Due: November 15, 2018 at 2pm GMT Approximate Date Purchase Order Issued to Successful Bidder(s): TBD
Transcript
Page 1: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

1 | P a g e

Request for Proposal (RFP) for the provision of clearing, inland transportation and logistics

services for the Ganta to Gbarnga Grid Extension Project (GGGEP)

Method of Submittal:

Bids shall be submitted in both hard copy and a soft copy on a CD or pen drive using the AMERICAN PROCUREMENT SERVICES CORPORATIONS (APSCO) RFP format. Hard copies should be fully signed, stamped, and addressed with attention to the Selection Committee, at the USAID Ganta to Gbarnga Grid Extension Project (GGGEP), APSCO Building, Warren Street and Camp Johnson Road, Monrovia, Liberia Vendors should submit 1 separate copy (hard & soft) of the technical proposal and 1 separate copy of the financial proposal (hard & soft). The hard & soft copies of the technical proposal should be placed in a separate envelop and the hard & soft copies of the financial proposals placed in another envelope. Both proposals must be place in a bigger enveloped and clearly marked as stated above. The Bidder/Service provider agrees to hold the prices in its offer firm for 90 days from the date specified for the receipt of offers, unless another time is specified in the addendum of the RFP.

Service Required: Clearing, inland transportation and logistics

Solicitation number RFP/APSCO/SER/02/2018_Provision of clearing, inland transportation and logistics services.

Type of Procurement: One-Off Purchase Agreement/Blanket Purchase Order for one year

Type of Contract: Firm Fixed Price

Contract Number: 72066918C000005

This Procurement supports: The USAID funded Ganta to Gbarnga Grid Extension Project (GGGEP)

Submit Proposal to: The selection committee APSCO, Monrovia, Liberia, email: [email protected] or [email protected]

Date of Issue of RFP: October 31, 2018

Date Questions from service provider Due:

November 7, 2018

Email to send question: [email protected] or [email protected]

Date Responses to Questions Due: November 10, 2018

Date and time of Proposal Due: November 15, 2018 at 2pm GMT

Approximate Date Purchase Order Issued to Successful Bidder(s):

TBD

Page 2: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

2 | P a g e

1. Introduction:

The USAID Ganta to Gbarnga Grid Extension Project is a USAID funded project implemented by American Procurement Services Corporation (APSCO) a US based American firm. American Procurement Services Corporation (APSCO) was recently awarded a USAID funded contract to construct a Medium and Low Voltage Power grid linking Ganta, Nimba County to Gbarnga, Bong County. The goal of the Ganta to Gbarnga Grid Extension Project is to provide electricity grid to the people of Gbarnga, and its environs. The gesture is a bilateral agreement between the United States of America through the United States Agency for International Development (USAID) and the Republic of Liberia.

2. Purpose & Scope:

American Procurement Services Corporation (APSCO), now invites qualified clearing, inland transport and logistics firms with proven ability to submit proposals for providing quality clearing, inland transportation and logistics services for the Ganta to Gbarnga Grid Extension Project (GGGEP) with field offices in Palala, Bong County and Corporate Offices at Warren Street and Camp Johnson road, Monrovia; in support of the GGGE project implementation. American Procurement Services Corporation (APSCO) is seeking a reliable clearing, inland transportation and logistics firm with the capacity to perform general clearing, inland transport and logistics services as specified in the below tables, Attachment “A” and Attachment “B”. Interested firms are responsible for ensuring that their offers are received by APSCO in accordance with the instructions, terms, and conditions described in this RFP. Failure to adhere with instructions described in this RFP may lead to disqualification of an offer from consideration. Attachments to RFP:

1. Attachment “A” – Service Scope require & cost table for clearing 2. Attachment “B” – Service Scope require & cost table transport 3. Attachment “C” – Instructions to bidder/service provider 3. Attachment “D” – Past Performance References 4. Cover letter –Annex 1

Attachment “A” – Service scope required & cost table for clearing

Line Item

Description and Specification

Unit Number of days to clear (must be realistic)

Unit Cost (Clearance fees excluding administrative fees with customs) (USD)

Total cost (Clearing fees, excluding administrative fees with customs) (USD)

Page 3: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

3 | P a g e

1 Clearing of 20 ft. container from Freeport of Monrovia

Each

2 Clearing of 40 ft. container from Freeport of Monrovia

Each

3 Clearing of loose cargo from Freeport of Monrovia

Kilogram

4 Clearing of loose cargo from Roberts International Airport (RIA)

Kilogram

Attachment “B” – Service Scope require & cost table for transportation

Line Item

Description and Specification Unit Unit Cost (inclusive of diesel and all administrative cost) (USD)

Total cost (inclusive of diesel and all administrative cost) (USD)

1 Transporting 20 ft. container from Freeport of Monrovia to APSCO offices on Warren Street, Monrovia, Liberia

Each

2 Transporting 20 ft. container from Freeport of Monrovia to Palala, Bong County

Each

3 Transporting 40 ft. container from Freeport of Monrovia to APSCO offices on Warren Street, Monrovia, Liberia

Each

4 Transporting 40 ft. container from Freeport of Monrovia to Palala, Bong County, Liberia

Each

5 Transporting loose cargo from Freeport of Monrovia to APSCO offices on Warren Street, Monrovia, Liberia

Kilogram

6 Transporting loose cargo from Freeport of Monrovia to Palala, Bong County, Liberia

Kilogram

Page 4: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

4 | P a g e

7 Transporting loose cargo from Roberts International Airport (RIA) to APSCO offices on Warren Street, Monrovia, Liberia

Kilogram

8 Transporting loose cargo from Roberts International Airport (RIA) to Palala, Bong County, Liberia

Kilogram

3. Best and final Offer from Clearing and forwarding firm:

Interested firm should provide best and final offer for providing quality

clearing, inland transportation and logistics services at all locations as

stated in Attachment “A” and Attachment “B’, as well as the most

favorable, realistic clearing time.

4. Bid Currency

All bids should be submitted in United States Dollars (USD).

a. Eligibility/Qualification Requirements

Only bidders that meet all the eligibility requirements mentioned below

should submit a proposal.

b. Experience (provide documentary evidence)

o A minimum of three years in operation prior to the date of proposal

submission with an important part of its business being the provision of

clearing, inland transportation and logistics services in Liberia as

described in attachment “A” and attachment “B”.

o Successfully completed or ongoing at least 3 contracts with similar

scope of this project. Please provide documentary evidence of these

contracts and the full address, telephone number and email address of

two contact persons of these contracts for reference check as

described in attachment “D”.

o Documentation that demonstrates that your clearing, inland

transportation and logistics firm has sufficient internal quality control

procedures for responding to critical issues as it relates to delays from

NPA logistical and administrative issues, Asycuda, BIVAC, etc…

The bidder will also be assessed for quality performance in relation to

previous contracts.

o Total number of staff currently employed with your clearing, inland

transportation and logistics firm and what percentage is permanent.

Page 5: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

5 | P a g e

o List of staff that will be assign to this project and their years of

experience in the clearing, inland transportation and logistics business

in Liberia. All staff must be permanent. Can be submitted on bidder’s

free format.

o Demonstrated experience in providing similar services in Liberia for

USAID, International Organization and other large companies.

c. Financial capacity

Demonstrate your ability to pre-finance on a need by need basis;

Current bank statement.

d. Legal Entity

Valid Business Registration Document

Valid Article of Incorporation

Valid Current Tax Compliance Clearance

Valid Certificate from the Ministry of Transport

Attachment “C” Instructions to bidders/service provider

1. Procurement Narrative Description: The Buyer American Procurement

Services Corporation (APSCO) intends to hire the services of a potential

professional Liberian firm legally registered in the business of clearing, inland

transportation and logistics firm to provide services as described in Attachment

“A” and Attachment “B”. The term of this Service Agreement shall be from

Award Date to the Date the clearing, inland transportation and logistics firm

service will be require. In the event the services will be require beyond the date

specify in the service agreement the buyer APSCO will amend the agreement in

writing without any change to the price. APSCO reserve the right to award to

more than one bidder as per the requirement in Attachment “A” and

Attachment “B”. If a service Agreement is established as a result of this RFP,

the service provider understands that APSCO has not establish a defined

quantity or frequencies of the services that will be require as stated in

(Attachment “A” and Attachment “B”) and American Procurement Services

Corporation (APSCO) does not guarantee that the services will be available

frequently.

2. Procuring Activity: This procurement will be made by American Procurement

Services Corporation (APSCO), Located at

Warren Street & Camp Johnson Road, Monrovia, Liberia

Page 6: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

6 | P a g e

3. Proposal Requirements: All interested service providers will submit a proposal

which contains offers for ALL locations included in this RFP. All information

presented in the service provider proposal will be considered during APSCO’s

evaluation. Failure to submit the information required in this RFP may result in

service provider offer being deemed non-responsive. Service providers are

responsible for submitting offers, and any modifications, revisions, or

withdrawals, so as to reach APSCO’s office designated in the RFP by the time

and date specified in this RFP. Any offer, modification, revision, or withdrawal of

an offer received at the APSCO office designated in the RFP after the exact time

specified for receipt of offers is “late” and may not be considered at the discretion

of the APSCO Procurement Committee. The service provider proposal shall

include the following:

(a) The solicitation number: RFP/APSCO/SER/02/2018_Clearing, inland transport and

logistics services;

(b) The date and time submitted;

(c) The name, address, and telephone number of the seller (bidder) and authorized

signature of same;

(d) A technical description or methodology for services being offered in sufficient;

detail to evaluate compliance with the requirements in the solicitation;

(e) Validity period of proposal;

(f) Estimated time to clear per location, i.e. (Freeport of Monrovia & Roberts

International Airport (RIA));

(g) Past performance information, is included as an evaluation factor, to include

recent and relevant contracts for the same or similar services and other references

(including points of contact with telephone numbers, and other relevant information);

4. Forms: Service provider/potential bidders must record their pricing utilizing the

format found on Attachment “A”. & Attachment “B”. Service provider must

sign the single hardcopy submitted and send to address listed on the cover page

of this RFP.

5. Question Concerning this Procurement: All questions in regards to this RFP

must be directed to:

Selection Committee, APSCO offices located on Warren Street and Camp Johnson Road

Page 7: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

7 | P a g e

At this email:

[email protected] & [email protected]

6. Evaluation and Award Process: The APSCO Procurement Committee will award an

agreement resulting from this solicitation to the responsible service provider (bidder) whose

offer conforms to this RFP that will be most advantageous to APSCO, price and technical factors

considered. The award will be made to the service provider representing the best value to the

GGGE project and to APSCO. For the purpose of this RFP, price, pre-finance ability, clearing

time, technical and past performance are of equal importance for the purposes of evaluating

and selecting the “best value” awardee. APSCO intends to evaluate offers and award an

agreement without discussions with service provider/bidder. Therefore, the bidder’s initial offer

should contain the bidder’s best terms from a price and technical standpoint. However, APSCO

reserves the right to conduct discussions if later determined by the APSCO Procurement

Committee to be necessary. The evaluation factors will be comprised of the following criteria:

(a) Price: Lowest evaluated ceiling price (inclusive of option quantities).

(b) Clearing time: Service provider providing realistic time for clearing supplies

from all locations as mentioned in Attachment “A” and their ability or

methodology they will implement or have implemented when issues arising from

delays with National Port Authority (NPA), BIVAC, Customs Asycuda system

or general clearing issue in Liberia.

(c) Past Performance: Service provider must demonstrate their capabilities to

provide the services requested in Attachment “A” and Attachment “B” in this

solicitation in a timely and responsive manner. Interested services provider must

provide documentary evidence that they have provided similar services for

USAID or international firms and multi-national companies over the past three

years in Liberia.

(d) Technical Capabilities: must submit a detail methodology outlining their firm

technical ability they will deploy to implement this project or they deployed to

implement other projects in the past capturing overall logistical issues as it

relates to highway breakdown, security of goods/supplies, strapping and latching

method, insurance of goods, etc…….

(e) Financial Capabilities: Service provider must demonstrate their financial

capabilities to pre-finance the scope required in Attachment “A” and

Page 8: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

8 | P a g e

Attachment “B” by providing their current bank statement or audited financial

statement and also a statement of willingness to pre-finance.

(f) OTHER EVALUATION CRITERIA:

The Proposals will be evaluated in 2 Stages:

Stage 1:

Legal/Registration Documents:

i) Business Registration Document

ii) Valid Tax Clearance

iii) Valid License form the Ministry of Justice

iv) Valid Permit from the Ministry of Labor

v) Valid Article of Incorporation

Proposals not meeting these requirements would be automatically disqualified.

Stage 2:

Stage 2-Weighted Evaluation Factors

(a) Price-Maximum Weight–30 Points

Lowest evaluated ceiling price will obtain maximum weighted points.

(b) Clearing time: –Maximum Weight–25 Points

Service provider providing realistic time for clearing supplies from all locations as

mentioned in Attachment “A” and their ability or methodology they will implement or

have implemented when issues arising from delays with National Port Authority

(NPA), BIVAC, Customs Asycuda system or general clearing issue in Liberia.

(c) Past Performance: –Maximum Weight–25 Points

A minimum of three years in operation prior to the date of quotation submission with the

core value of business been providing clearing, inland transportation and logistics.

Service provider must demonstrate their capabilities to provide the services requested

in Attachment “A” and Attachment “B” in this solicitation in a timely and responsive

manner. Interested services provider must provide documentary evidence that they

Page 9: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

9 | P a g e

have performed or provided similar services for USAID, USAID projects or international

firm or other multinational companies over the past three years in Liberia. Please

provide documentary evidence of these contracts and the full address, telephone

number and email addresses of two contact persons of these contracts for reference

check. See attachment “D”.

(d) Technical Capabilities/capacities–Maximum Weight–15 Points

must submit a detail methodology outlining their firm technical ability they will deploy to

implement this project or they deployed to implement other projects in the past

capturing overall logistical issues as it relates to highway breakdown, security of

goods/supplies, strapping and latching method, insurance of goods, etc…….

(e) FINANCIAL CAPACITY–Maximum Weight– 5 Points

Service provider must demonstrate their financial capabilities to pre-finance the scope

required in Attachment “A” and Attachment “B” by providing their current bank

statement or audited financial statement-previous 2 years and also a statement of

willingness to pre-finance.

7. Award Criteria:

Highest Score bidder (Total technical and price), i.e. bidder with

the most responsive bid will be awarded the contract.

8. Award Notice: A written notice of award or acceptance of an offer, mailed or

otherwise furnished to the successful bidder within the time acceptance specified

in the offer, shall result in a binding contract without further action by either party.

9. Validity of Offer: This RFP in no way obligates APSCO to make an award, nor

does it commit APSCO to pay any costs incurred by the bidder in the preparation

and submission of a proposal or amendments to a proposal. Your proposal shall

be considered valid for 90 days after submission.

10. Anti- Kick Back Act of 1986: Anti-Kickback Act of 1986 as referenced in FAR

52.203-7 is hereby incorporated into this Request for Proposal as a condition of

acceptance. If you have reasonable grounds to believe that a violation, as

described in Paragraph (b) of FAR 52.203-7 may have occurred, you should

report this suspected violation to the APSCO by sending an e-mail to

[email protected] [email protected]

You may report a suspected violation anonymously.

Page 10: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

10 | P a g e

11. Source/Nationality/Manufacture: All goods and services offered in response to

this RFP or supplied under any resulting award must meet USAID Geographic

Code 937 in accordance with the United States Code of Federal Regulations

(CFR), 22 CFR §228. The cooperating country for this RFP is Liberia.

Vendors 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: Cuba, Iran, North Korea, or Syria.

12. Taxes and VAT: The USAID GANTA TO GBARNGA GRID EXTENSION

Project is exempt from cooperating country taxes, duties and VAT.

13. Eligibility: By submitting an offer in response to this RFP, the Vendors certifies

that it and its principal officers are not debarred, suspended, or otherwise

considered ineligible for an award by the U.S. Government. USAID GANTA TO

GBARNGA GRID EXTENSION PROJECT will not award a contract to any firm

that is debarred, suspended, or considered to be ineligible by the U.S.

Government.

14. Ethical and Business Conduct Requirements:

USAID GANTA TO GBARNGA GRID EXTENSION PROJECT is committed to integrity in procurement, and only selects suppliers/service providers based on objective business criteria such as price and technical merit. USAID GANTA TO GBARNGA GRID EXTENSION PROJECT does not tolerate fraud, collusion among vendors, falsified Proposals/bids, bribery, or kickbacks. Any firm or individual violating these standards will be disqualified from this procurement, barred from future procurement opportunities, and may be reported to both USAID and the Office of the Inspector General. Employees and agents of USAID GANTA TO GBARNGA GRID EXTENSION PROJECT are strictly prohibited from asking for or accepting any money, fee, commission, credit, gift, gratuity, object of value or compensation from current or potential vendors or suppliers in exchange for or as a reward for business. Employees and agents engaging in this conduct are subject to termination and will be reported to USAID and the Office of the Inspector General. In addition, USAID GANTA TO GBARNGA GRID EXTENSION PROJECT will inform USAID and the Office of the Inspector General of any supplier offers of money, fee, commission, credit, gift, and gratuity, object of value or compensation to obtain business. Vendors responding to this RFP must include the following as part of the proposal submission:

Page 11: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

11 | P a g e

Disclose any close, family, or financial relationships with USAID GANTA TO GBARNGA GRID EXTENSION PROJECT or project staff. For example, if Vendor’s cousin is employed by the project, the Vendors must state this.

Disclose any family or financial relationship with other vendors submitting Proposals. For example, if the Vendor’s father owns a company that is submitting another proposal, the Vendors must state this.

Certify that the prices in the offer have been arrived at independently, without any consultation, communication, or agreement with any other Vendors or competitor for the purpose of restricting competition.

Certify that all information in the proposal and all supporting documentation are authentic and accurate.

Certify understanding and agreement to USAID GANTA TO GBARNGA GRID EXTENSION PROJECT’s prohibitions against fraud, bribery and kickbacks.

Please email: [email protected] or

[email protected] with any questions or concerns regarding the above

information or to report any potential violations.

15. Terms and Conditions:

This solicitation is subject to USAID GANTA TO GBARNGA GRID EXTENSION PROJECT’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) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT’s standard payment terms are net

30 days after receipt and acceptance of any services, commodities or deliverables. Payment will only be issued to the entity submitting the offer in response to this RFP and identified in the resulting award; payment will not be issued to a third party.

(b) All purchases of goods, services and or works must be consistent with the USAID 937 geographic code as included in the link https://www.bing.com/search?q=geographic+code+937&FORM=R5FD

(c) 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: Cuba, Iran, North Korea, or Syria as stated in the this link https://www.usaid.gov/sites/default/files/documents/1876/310.pdf

(d) Any international air or ocean transportation or shipping carried out under any award resulting from this RFP must take place on U.S.-flag carriers/vessels.

(e) United States 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 RFP must ensure compliance with these laws.

Page 12: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

12 | P a g e

(f) The title to any goods under any award resulting from this RFP shall pass to USAID GANTA TO GBARNGA GRID EXTENSION PROJECT following delivery and acceptance of the goods by USAID GANTA TO GBARNGA GRID EXTENSION PROJECT. Risk of loss, injury, or destruction of the goods shall be borne by the Vendors until title passes to USAID GANTA TO GBARNGA GRID EXTENSION PROJECT.

(g) United States law prohibits engaging in any activities related to Trafficking in Persons. The supplier under any award resulting from this RFP must ensure compliance with these laws.

16. Disclaimers:

This is a RFP only. Issuance of this RFP does not in any way obligate USAID GANTA TO GBARNGA GRID EXTENSION PROJECT or USAID to make an award or pay for costs incurred by potential vendors in the preparation and submission of an offer. In addition: (a) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT may cancel RFP and not award; (b) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT may reject any or all responses

received; (c) Issuance of RFP does not constitute award commitment by USAID GANTA TO GBARNGA

GRID EXTENSION PROJECT; (d) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT reserves the right to disqualify

any offer based on Vendors failure to follow RFP instructions; (e) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT will not compensate service

provider/supplier for response to RFP; (f) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT reserves the right to issue award

based on initial evaluation of offers without further discussion; (g) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT may negotiate with short-listed

vendors for their best and final offer; (h) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT reserves the right to order

additional quantities or units with the selected Vendors; (i) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT may reissue the solicitation or

issue formal amendments revising the original RFP specifications or scope of work and evaluation criteria before or after receipt of Proposals;

(j) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT may modify the specifications/scope of work without issuing a formal notice to all vendors when the revisions are immaterial to the scope of the RFP;

(k) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT may choose to award only part of the activities in the RFP, or issue multiple awards based on multiple RFP activities;

Page 13: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

13 | P a g e

(l) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT reserves the right to waive minor proposal deficiencies that can be corrected prior to award determination to promote competition;

(m) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT will contact all vendors to confirm contact person, address, and that the bid was submitted for this RFP;

(n) USAID GANTA TO GBARNGA GRID EXTENSION PROJECT will contact all vendors to inform

them whether or not they were selected for award; (o) In submitting a response to this RFP, vendors understand that USAID is not a party to this

solicitation and the Vendors agrees that any protest hereunder must be presented – in writing with full explanations – to the USAID GANTA TO GBARNGA GRID EXTENSION

Project for consideration. USAID will not consider protests regarding procurements carried out by implementing partners. USAID GANTA TO GBARNGA GRID EXTENSION PROJECT, at its sole discretion, will make a final decision on any protest for this procurement.

Page 14: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

14 | P a g e

Acceptance:

Bidder agrees, as evidenced by signature below, that the bidder’s completed and signed

solicitation, bidder’s proposal including all required submissions and the negotiated terms

contained herein, constitute the entire agreement for the services described herein.

By: (Bidder Company Name)

Signature: __________________________________________________________

Title:

Date

Page 15: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

15 | P a g e

Attachment “D” Past Performance References

Reference 1 Client & Date of service provided: ___________________________________________________________________ Client Phone Number: ____________________________________________________________________________________ Location/Address: _________________________________________________________________________________________ Name(s) and email addresses of at least 1 contact person from the Client:

1. _____________________________________________

2. ______________________________________________

Reference 2 Client & Date of work order: _____________________________________________________________________________ Client Phone Number: ____________________________________________________________________________________ Location/Address: ________________________________________________________________________________________ Name(s) and email addresses of at least 1 contact person from the Client:

1. ________________________________________________

2. ________________________________________________

Reference 3 Client & Date of work order: ___________________________________________________ Client Phone Number: ___________________________________________________________ Location/Address: ________________________________________________________________

Page 16: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

16 | P a g e

Name(s) and email addresses of at least 1 contact person from the Client:

1. _______________________________________________

2. _______________________________________________

17. Cover Letter –Annex 1

The following cover letter must be placed on letterhead and completed/signed/stamped by a representative authorized to sign on behalf of the Vendors: To: USAID GANTA TO GBARNGA GRID EXTENSION PROJECT Head Office Camp Johnson Road/Benson Street Intersection, Monrovia Liberia Reference: RFP/APSCO/SER/02/2018_Provision of Clearing, Inland Transportation and logistics services. 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 RFP. Please find our offer attached. We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced RFP. We further certify that the below-named firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFP—are 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, familiar, or financial relationships with any USAID GANTA TO GBARNGA GRID EXTENSION PROJECT staff members; ● We have no close, familiar, or financial relationships with any other vendors submitting Proposals in response to the above-referenced RFP; and ● The prices in our offer have been arrived at independently, without any consultation, communication, or agreement with any other Vendors or competitor for the purpose of restricting competition. ● All information in our proposal and all supporting documentation is authentic and accurate.

Page 17: Request for Proposal (RFP) for the provision of clearing ... · 3. Best and final Offer from Clearing and forwarding firm: Interested firm should provide best and final offer for

17 | P a g e

● We understand and agree to USAID GANTA TO GBARNGA GRID EXTENSION PROJECT’s prohibitions against fraud, bribery, and kickbacks. ● We understand and agree to USAID GANTA TO GBARNGA GRID EXTENSION PROJECT’s prohibitions against funding or associating with individuals or organizations engaged in terrorism or trafficking in person’s activities.

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

Authorized Signature:____________________

Name & Title of Signatory:____________________________

Date:________________________________

Company Name:_________________________

Company Address:_______________________ ___________________________________

Telephone:____________________________ Website:_____________________________

Company Registration or Taxpayer ID Number:_____________________________

Does the company have an active bank account? (Y/N):__________________________

Official name associated with the bank account (for payment): _____________________________________________________________________________


Recommended