00

REQUEST FOR PROPOSALS (RFP) IRG/PDP/WAN/MEPCO/2014/187 Wide Area Network MPLS Bandwidth MEPCO Data Center Multan RFP Issuance Date: October 02, 2014

MEPCO SITE SURVEY Dates: October 09, 2014 to October 17, 2014 (9:00 A.M. – 3:00 P.M. - Person to contact: Mr. Sher Dil, Cell # 0345-8189166) Bidders’ Questions Due Date: October 20, 2014 Closing Date and Time: November 04, 2014, 05:00 P.M. Pakistan Standard Time (PST) International Resources Group (IRG) is hereby requesting proposals to deploy Layer 3 MPLS Wide Area Network at Multan Electric Power Company (MEPCO) that will provide access to the SAP ERP that PDP has procured for MEPCO. It will also provide access to some other hosted application software and databases etc. centrally at MEPCO. The central site will be MEPCO’s Data Center at its Head Quarters (HQs) in Multan. In order to be responsive, proposals must include: 

 

All documentation indicated in Section II and Annex - III Meet the technical specifications as laid out in Annex-I with Attachments. Submission of proposals must be as hardcopy to IRG Office, House No. 23, Street 19, Sector F 6/2, Islamabad Pakistan on or before the closing date/time. In addition to Hard Copy submissions proposals will also be accompanied by Soft copy in the form of a USB or CD with full proposals. NOTE: All/any DVD submitted should be a copy of the Technical and Financial proposal documents. DVDs should NOT provide new or different information (such as factory/unit background) as they will not be viewed by the Technical Evaluation Committee (TEC) as part of the Technical proposal.

I. Technical Proposal (In a separate sealed envelope clearly marked) The technical proposals in response to this solicitation must address how the bidder intends to carry out the statement of work contained in Annex - I. It should also contain a clear understanding of the work to be undertaken and the responsibilities of all parties involved. Please note that the technical proposal will be evaluated based on the evaluation criteria set forth in Section III. The technical proposal should state clearly that the Bidder understands the requirements in the statement of work, the proposed approach to accomplish the contract objectives and achieve results. Clarity, completeness, brevity and directness are imperative. Elaborate formats are not desirable. II. Cost Proposal (In a separate sealed envelope clearly marked) The cost proposals shall be submitted as a stand-alone document and contain the contractor’s proposed price and fee to perform the anticipated services described. Certified cost or pricing data is required for this proposal. The cost proposals should consist of the Bidder’s estimated price to perform the required Statement of Work as set forth in Annex - I and must be prepared in a manner that is current, accurate and complete. Cost proposal should include the budget format given at Annex - II. Any questions regarding this solicitation must be submitted to [email protected] no later than 03:00 P.M. Pakistan Standard Time (PST) on October 20, 2014 in order to provide a timely response to such questions prior to the closing date. All questions submitted on or before October 20, 2014 shall be reviewed and considered by IRG. Upon review of the questions, if necessary, amendments will be prepared and uploaded on http://www.pdip.pk/rfq. All prospective bidders are advised to visit http://www.pdip.pk/rfq regularly for updates and amendments.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

1

00

Bid/Proposal Submission Instructions Proposals (Technical & Cost) must be submitted in two separate sealed envelopes simultaneously, one containing the Technical Proposal and the other the Cost Proposal, enclosed together in an outer single envelope. The Technical and the Costs Proposals must be submitted in a hard copy and an electronic format (USB or CD, a soft copy) delivered to the following address: RFP 187 Wide Area Network MPLS Bandwidth MEPCO Data Center Multan Pakistan International Resources Group (IRG) Limited USAID Power Distribution Program, House # 23, Street 19, F-6/2, Islamabad, Pakistan. 

  

 

The inner and outer envelopes shall: o bear the name and address of the Bidder; o be addressed to IRG as per above mentioned address o bear a warning not to open before the time and date for bid opening and o following should be written on top of the envelopes in bold letters  Proposal/Bid/Quote for/in response to RFQ/RFP NO…………  Due Date and Time ……………………………………………… If all envelopes are not sealed and marked as required, IRG will assume no responsibility for the misplacement or premature opening of the bid/proposal. Bids/Proposals must be received by IRG at the above mentioned address and no later than the date and time indicated in the RFQ/RFP. IRG will not consider any bid/proposal that arrives after the deadline. Bids/Proposals received after the deadline shall be declared late, rejected, and returned unopened to the Bidder(s). The Bidder shall submit, in addition to the Hard Copy, a Soft Copy on USB or CD with the bid/proposal. However the hard copy of the bid/proposal shall prevail over the soft copy in case there is any inconsistency.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

2

00

SECTION I - INTRODUCTION IRG Overview IRG has been contracted by USAID to manage the Power Distribution Program (PDP) in Pakistan. The five year program seeks to foster financial sustainability for participating government-owned electric power Distribution Companies (DISCOs) through performance improvement activities based on the performance improvement action plans developed in the Component 1 of PDP. Summary of the PDP PDP is a five-year, USAID-funded program, the principal goal of which is to improve DISCO’s technical and financial performance through reduction in losses and improvement in revenues and customer services to bring them to a level of well-run utilities as in other progressive countries. Through this program, the United States Government is providing assistance and support to the Government of Pakistan (GOP) in its efforts to reform the power sector to end the current energy crisis. The PDP has the following key objectives: 1. Greatly improved DISCO’s governance and management. 2. Creation of the legal and political space required for DISCOs to be able to operate in a commercially rational manner. 3. Establishment of full-cost recovery tariffs. 4. Introduction of smart meters and other technologies in areas with strong potential for performance improvement. 5. Substantial improvement of Human Resource Management, including the introduction of a performance-based evaluation system. 6. Training and capacity building, including linemen safety and provision of well-equipped training facilities. 7. Substantial reductions in technical and non-technical energy losses, including reduction in energy theft and power factor optimization. 8. Improvement in energy and power factor metering at points of purchase, during flows through network, and end-user sales. The latter will focus initially on large consumption customers. 9. Improvement in billings, collections, and revenue management. 10. Improvements in customer service to be service-oriented and focused on customer needs, including reduced planned and unplanned outages and voltage fluctuations. 11. Elimination of dependence on/need for GOP subsidies.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

3

00

SECTION II - INSTRUCTIONS FOR PROPOSAL PREPARATION General Instructions:  Bidders must provide proposals directly in their own name to IRG under the terms and conditions here and after.  Technical and Financial proposals shall be submitted in both hard and soft copies. Soft Copies will be in the form of a CD or USB included in the Package/Envelop.  Proposals should concisely address the requirements/specifications as they are presented. Proposals not meeting our requirements/specifications may be rejected.  Proposals received after the deadline will not be considered.  Bidders shall submit proposals in response to this solicitation in English with all prices stated in Pak Rupees / US$. Bidders may submit modifications to their proposals at any time before the solicitation closing date and time. For any conversion from Pak Rupees for Pakistani Bidders, the US Dollar exchange rate of the State Bank of Pakistan on the RFP’s closing date is to be considered for all calculations. Should a contract be awarded to a Pakistani firm, all payments will be made in Pak Rupees.  Bidders are encouraged to visit our website (www.pdip.pk/rfq) regularly to view the latest developments concerning this RFP/solicitation. Technical Proposal: The bidder‘s technical proposal should include the following information:

1.

The first page of the proposal must show the following: A. The name, address, and telephone and facsimile numbers of the bidder (and electronic address if available); B. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items for which prices are offered; C. Names, titles, and telephone and facsimile numbers, and electronic addresses of persons authorized to negotiate on the bidder’s behalf with IRG in connection with this RFP; and D. Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent’s authority, unless that evidence has been previously furnished to the issuing office.

2. 3. 4. 5.

A detailed description of how the Bidder will deploy WAN (Wide Area Network) Layer 3 MPLS bandwidth on a turnkey basis as per requirements detailed in the Statement of Work at Annex - I. Bidders shall provide details of their establishment and office addresses. Bidders shall provide a list of previously executed projects of a similar nature during the last three (03) years. Bidders are to ensure all certifications found in Annex - III, are signed/stamped and submitted as part of the proposal.

Cost Proposal: The cost proposal that will include a Budget Spreadsheet must be submitted as a separate/standalone document. – Annex II Pricing must be fully comprehensive, complete, and list any available discounts. Pricing information supplied with the proposal must be valid for at least 90 (ninety) days after the due date for proposal submission. All one-time and recurring costs must be fully described. Rates should be quoted, inclusive of all but showing separately, costs of inspection, services, transportation, taxes, import duties if any and other levies. Payment is to exclude General Sales Tax (GST) and/or import duties for which IRG is exempted as a USAID contractor. Pakistani firms will be paid the total amount after deducting withholding tax, which IRG will pay direct to Federal Board of Revenue (FBR).

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

4

00

Budget Spreadsheet: Budgets must be submitted in MS EXCEL, and must not be in Adobe Portable Document Format (pdf) format so formulas are left open for IRG to view. The budget should cover the period of performance, as required. For evaluation purposes, Bidder must provide sufficient detail and supporting information to allow a complete analysis of cost. Bidder MUST include a breakdown of line items that they believe are realistic and reasonable for the work in accordance with the technical requirements outlined. The Bidder should clearly identify indirect rates (including fringe rates), the base to which each indirect rate is applied, and the cost base in US Dollars / PKR equivalent.

Budget Notes:

The Budget Notes should thoroughly explain the estimating methodology used to calculate the budget and any assumptions that may have been made by the Bidder over and above the ones stated in this RFP that has a material effect on the resulting proposed cost. Bidder must clearly explain the basis of costs, meaning, why and how the Bidder is costing out certain figures for item or service, to establish reasonableness of costs. The Bidder should clearly identify indirect rates (including fringe rates), the base to which each indirect rate is applied, and the cost base in US Dollars / PKR equivalent.

Bid Bond:

Each bid shall be accompanied with a Bid Bond in the amount of one and half percent (1.5%) of the total value of the bid in the form specified in Annex IV of this RFQ. The Bid Bond shall be drawn on a scheduled bank in Pakistan and acceptable to IRG. The Bid Bond shall have a period of validity equal to the period of bid validity. If the Bidder doesn’t submit the Bid Bond along with the bid, it shall be excluded from the competition and shall not be considered for evaluation. In the event a Bidder is notified that they have been selected for award, but fails to execute the contract, the Bid Bond may be encashed by IRG and IRG shall be free to negotiate with any other Bidder.

Performance Bond:

The successful bidder will be required to provide a Performance Bond in the form specified in Annex V, drawn on a scheduled bank in Pakistan and acceptable to IRG as security for the successful completion of the contract. The value of the bond will equal to five percent (05%) of the contract price. The Performance Bond will have validity equal to the full period of contract performance.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

5

00

SECTION III - EVALUATION CRITERIA Proposals will be evaluated by IRG for compliance with administrative requirements, previous experience of similar projects by the Bidder, technical capacity, the qualifications of the personnel for the project, and prices. IRG may contact Bidder’s previous clients and may obtain any information related to other projects that the bidder has executed. IRG may contact any bidder for clarifications or additional information, but bidders are advised that IRG reserves the right to make decisions based solely on the information provided with the proposals. IRG may but is not obligated to conduct additional negotiations prior to issuance of a contract / purchase order, and may at its sole discretion elect to issue contract / purchase orders to one or more bidders. Initially only the Technical Proposals are opened. The Cost Proposals will remain sealed and are held in custody by IRG. The objective is to allow IRG to evaluate the Technical Proposals without reference to price. Following the technical evaluation the Costs Proposals will be opened. Mathematical errors will be corrected in the following manner: If a discrepancy exists between the total price proposed and the total price resulting from multiplying the unit price by the corresponding amounts, then the unit price will prevail and the total price will be corrected. If there were a discrepancy between the numbers written out in words and the amounts in numbers, then the amount expressed in words will prevail. If the Bidder does not accept the correction, the offer will be rejected. IRG will conduct a Best Value source selection based on evaluation factors listed below. These factors will serve as the standard against which all technical information will be evaluated, and identify the determination factors that bidders should address. IRG intends to evaluate bidders’ proposals in accordance with the Statement of Work in Annex - I of this RFP and make an award to the Bidder submitting the most responsive, reasonable proposal that offers the best value to IRG. Proposals will be scored based on a 100 points system. Evaluation of Technical Proposals: The proposals will be evaluated by a technical evaluation committee using the criteria shown below. When evaluating the competing proposals, IRG will consider the written technical/capability information provided by the bidders, and any other information obtained by IRG through its own research. The criteria listed below are presented by major category, so that bidders will know which areas require emphasis in the preparation of their proposals. IRG will evaluate Bidders’ proposals in accordance with the technical criteria and weightage shown in the table below. A total 100 points (with a weighting of 70 percent of the total evaluation) are assigned according to the following technical evaluation criteria: TECHNICAL EVALUATION CRITERIA Criterion

Maximum Score

Delivery Schedule:

5

Past Performance: Conformity with Technical Specification: Experience: Presence in Multan, Khanewal, Sahiwal, and Bahawalpur (Office addresses and phone numbers to be provided): Installation Period Warranty with support & service TOTAL

5 25 5 10

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

10 10 70%

6

00

Total points for Technical Proposal

70

Qualifying points

45

Evaluation of Cost Proposals: Cost proposals submitted will be evaluated according to price reasonableness determination under full and open competition and known market conditions. Bidders are hereby reminded that IRG is not obliged to award a contract on the basis of lowest proposed cost or to the Bidder with the highest technical evaluation score. Evaluation of the cost proposal will consider, but will not be limited to, the following:  



Cost reasonableness and allowability of costs; Cost realism and completeness of the cost proposal and supporting documentation. The FAR states that “cost realism means that costs in a Bidder’s proposal are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the various elements of the Bidder’s technical proposal.”; Consistency with the technical proposal;

30 points will be awarded to the lowest responsive bidder while the remaining bids will be allocated points according to following formula: Points of a Bidder = (P1/ P2)* 30 Where: P1= Price of Lowest Responsive Bidder P2= Price of the Bidder

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

7

00

SECTION IV - GENERAL TERMS AND CONDITIONS IRG intends to award a contract resulting from this solicitation to the eligible and responsible Bidder whose proposal represents the best value after evaluation in accordance with the factors in the solicitation. Bidders should note the following: 1) Prospective bidders are requested to review FAR and AIDAR clauses incorporated by reference in the section “NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE”. Special attention is invited to clauses 52.247-63 PREFERENCE FOR U.S.-FLAG AIR CARRIERS Jun 03 and 52.247-64- PREFERENCE FOR PRIVATELY OWNED US FLAG COMMERICAL VESSELS- Feb-06 2) The Geographic Code for this project is 937. For further information and guidance prospective bidders are requested to visit ADS Section 310.3.1 (as amended) and/or inquire about source eligibility via question to this solicitation: www.usaid.gov/policy/ads/300/310.pdf 3) IRG may reject any or all proposals if such action is in IRG's interest. 4) IRG is not obligated to make an award or to pay for any costs incurred by the Bidder in preparation of a proposal in response hereto. 5) The length of the workday for individuals providing/performing services overseas shall coincide with the workday for employees of the USAID and shall follow the workday, workweek policies of IRG. 6) IRG intends to evaluate proposals and award a contract without discussions with Bidders (except clarifications as described in FAR 15.306(a)). Therefore, the Bidder's initial proposal should contain the Bidder's best terms from a cost or price and technical standpoint. IRG reserves the right to conduct discussions and/or to establish a competitive range and conduct discussions with multiple bidders if IRG later determines discussions to be necessary. Unsuccessful Bidders will be notified as soon as possible following an award. 7) IRG reserves the right to make multiple awards to a number of bidders/vendors if it is in IRG’s best interest to do so. 8) IRG reserves the right to award some or all of the Statement of Work made in this RFP. 9) Payment to the successful bidder(s) will be made as per following schedule; Reporting Requirements (Activities and/or Outputs)

Completion Due Date

Delivery Instructions (# of copies, paper or electronic transmittal, formats, names of reviewers, etc.)

Proposed Payment per Deliverable as Percentage of Total Cost (out of 100%)

Hardware and Associated Software Equipment Delivery (CPE, if any), Equipment Installation, Configuration, Testing and Acceptance

30TH May (tentatively)

2015

Overall monitoring by PDP with support from other IT Staff and confirmation of IT installations by PDP IT staff.

100% payment after completion of work.

Total

100%

Services ** Monthly Recurring Costs/Charges pertaining to WAN links.

** To be paid monthly in arrears within 30 days of submission of invoice/bill subject to verification of service availability at each premises which will be brought onto the WAN. 10) In the event the Contractor fails to complete the project within the required period, liquidated damages shall be applied for each calendar day, not duly justified by the Contractor to IRG’s satisfaction, by which project delivery is delayed. Liquidated damages of 0.1% of the total price of the Contract will be applied for each day by which delivery of the completed Project is delayed. Such damages shall not exceed ten percent (10%) of the total price of the Contract. 11) IRG reserves the right to monitor the Contractor’s progress to ensure he meets the milestones as determined at the time of award. If it appears that a milestone will be missed, a letter of cure will be issued to the Contractor by IRG that may order Contractor to field more teams or increase the number and qualifications of staff to remain within project timelines. In the event that this efficiency

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

8

00

12) 13) 14)

15) 16) 17)

measure is required, any costs associated with additional resources will be funded by the bidder within the ceiling cost of the contract. IRG will monitor the quality of work performed by the Contractor using an agreed methodology at time of award. If the quality of work is inadequate, IRG reserves the right to order the Contractor to redo work judged to be of insufficient quality, at the sole cost of the Contractor. Exchanges with bidders after receipt of a proposal do not constitute a rejection or counter offer by IRG. IRG may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if IRG determines that the lack of balance poses an unacceptable risk. If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. Unsuccessful bidders will be notified as soon as possible following an award. IRG can add or remove locations from the list given in the Statement of Work section of the RFP.

IRG agrees that all submissions shall be held as confidential, shall not be disclosed outside of IRG, and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this Bidder as a result of-or in connection with-the submission of this data, IRG shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit IRG’s right to use information contained in a proposal if it is obtained from another source without restriction.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

9

00 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE This contract may incorporate one or more clauses by reference listed below, with the same force and effect as if they were given in full text. Upon request, IRG will make their full text available. Also, the full text of a clause may be accessed electronically at the following web sites: http://www.acquisition.gov/far/ and http://usaid.gov/policy/ads/300/ Where “flow-down” to the subcontractor is appropriate and applicable under these clauses, references to the “Government” shall be interpreted to mean “IRG”, “Contractor” to mean “the subcontractor”, and “Subcontractor” to mean “lower-tier subcontractor(s)”. NUMBER

TITLE

DATE

52.202-1

DEFINITIONS

Jan-12

52.203-3

GRATUITIES

Apr-84

52.203-5

COVENANT AGAINST CONTINGENT FEE

Apr-84

52.203-6

RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENT

Sep-06

52.203-7

Oct-10

52.203-8

ANTI-KICKBACK PROCEDURES CANCELLATION, RECISION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY

52.203-10

PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY

Jan-97

52.203-12

LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS

Oct-10

52.204-4

PRINTING/COPYING DOUBLE-SIDED PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED,OR PROPOSED FOR DEBARMENT

May-11

Aug-00

52.211-11

MATERIAL REQUIREMENTS LIQUIDATED DAMAGES – SUPPLIES, SERVICES, OR RESEARCH AND DEVELOPMENT

Sept-00

52.215-2

AUDIT AND RECORDS – NEGOTIATION

Oct-10

52.209-6 52.211-5

Jan-97

Jul-13

52.215-8

ORDER OF PRECEDENCE – UNIFORM CONTRACT FORMAT

Oct-97

52.215-19

NOTICE OF OWNERSHIP CHANGE

Oct-97

52.216-24

LIMITATION OF GOVERNMENT LIABILITY

Apr-84

52.216-25

CONTRACT DEFINITIZATION

Oct-10

52.216-27

SINGLE OR MULTIPLE AWARDS

Oct-95

52.217-2

CANCELLATION UNDER MULTI-YEAR CONTRACTS

Oct-97

52.217-5

EVALUATION OF OPTIONS

Jul-90

52.217-7

OPTION TO INCREASE QUANTITIES – SEPARATELY PRICED LINE ITEM

Mar-89

52.217-9

OPTION TO EXTEND THE TERM OF THE CONTRACT

Mar-00

52.219-9

SMALL BUSINESS SUBCONTRACTING PLAN

Jul-13

52.219-14

LIMITATIONS ON SUBCONTRACTING

Nov-11

52.219-16

LIQUIDATED DAMAGES – SUBCONTRACTING PLAN

Jan-99

52.222-3

CONVICT LABOR

Jun-03

52.222-21

PROHIBITION OF SEGREGATED FACILITY

Feb-99

52.222-17

NONDISPLACEDMENT OF QUALIFIED WORKERS

Jan-13

52.222-26

EQUAL OPPORTUNITY

Mar-07

52.222-29

NOTIFICATION OF VISA DENIAL

Jun-03

52.222-38

COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING

Sep-10

52.222-50

COMBATING TRAFFICKING IN PERSONS

Feb-09

52.223-6

May-01

52.223-18

DRUG FREE WORKPLACE ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING

52.225-13

RESTRICTIONS ON CERTAIN FOREIGN PURCHASES

Jun-08

52.225-18

PLACE OF MANUFACTURE

Sep-06

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

10

Aug-11

00

52.227-2

CONTRACTOR PERSONNEL IN A DESIGNATED OPERATIONAL AREA OR SUPPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED STATES PROHIBITION ON CONTRACTIN WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN – REPRESETATION AND CERTIFICATION NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT

52.227-14

RIGHTS IN DATA – GENERAL ALTERNATE V

52.228-3

WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT)

Apr-84

52.229-8

TAXES – FOREIGN COST REIMBURSABLE CONTRACTS

Mar-90

52.230-2

COST ACCOUNTING STANDARDS

May-12

52.230-6

ADMINISTRATION OF COST ACCOUNTING STANDARDS

Jun-10

52.232-1

PAYMENTS

Apr-84

52.232-17

INTEREST

Oct-10

52.232-18

AVAILABILITY OF FUNDS

Apr-84

52.232-22

LIMITATION OF FUNDS

Apr-84

52.232-23

ASSIGNMENT OF CLAIMS

Jan-86

52.232-39

UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS

Jun-13

52.232-25

PROMPT PAYMENT

Jul-13

52.233-1

DISPUTES

Jul-02

52.233-2

SERVICE OF PROTEST

Sep-06

52.233-3

PROTEST AFTER AWARD Alternate I

Aug-96

52.233-4

APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM

Oct-04

52.237-8

RESTRICTION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS

Aug-03

52.237-9

WAIVER OF LIMITATION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS

Aug-03

52.242-1

NOTICE OF INTENT TO DISALLOW COSTS

Apr-84

52.242-3

PENALTIES FOR UNALLOWABLE COSTS

May-01

52.242-4

CERTIFICATION OF FINAL INDIRECT COST RATES

Jan-97

52.242-13

BANKRUPTCY

Jul-95

52.243-1

CHANGES – FIXED-PRICE

Aug-87

52.243-2

CHANGES – COST REIMBURSEMENT ALTERNATE I (APR 84)

Aug-87

52.243-7

NOTIFICATION OF CHANGES

Apr 84

52.244-2

SUBCONTRACTS

Oct-10

52.244-5

COMPETITION IN SUBCONTRACTING

Dec-96

52.244-6

SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS

Jul-13

52.225-19

52.225-25

Mar-08

Dec-12 Dec-07 Dec-07

52.245-1

GOVERNMENT PROPERTY

Apr-12

52.246-23

LIMITATION OF LIABILITY

Feb-97

52.246-25

LIMITATION OF LIABILITY-SERVICES

Feb-97

52.247-64

PREFERENCE FOR PRIVATELY OWNED US FLAG COMMERICAL VESSELS

Feb-06

52.247-67

SUBMISSION OF COMMERCIAL TRANSPORTATION BILLS TO GSA FOR AUDIT

Feb-06

52.248-1

VALUE ENGINEERING

Oct-10

52.249-2

TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)

Apr-12

52.249-8

DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)

Apr-84

52.249-14

EXCUSABLE DELAYS

Apr 84

52.253-1

COMPUTER GENERATED FORMS

Jan-91

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

11

00 AID ACQUISITION REGULATION (48 CFR CHAPTER 7) CLAUSES NUMBER

TITLE

DATE

752.202-1

AID DEFINITIONS CLAUSE–GENERAL SUPPLEMENT FOR USE IN ALL AID CONTRACTS

Jan-90

752.202-1

AID DEFINITIONS CLAUSE–SUPPLEMENT FOR AID CONTRACTS INVOLVING PERFORMANCE OVERSEAS

Dec-86

752.204-71

ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVERED AFTER AWARD

Jun-93

752.211-70

LANGUAGE AND MEASUREMENT

Jun-92

752.219-8

UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS

752.225-70

SOURCE, ORIGIN, AND NATIONALITY REQUIREMENTS

Feb-97

752.225-71

LOCAL PROCUREMENT

Feb-97

752.228-3

WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT)

752.228-70

MEDICAL EVACUATION (MEDEVAC) SERVICES

752.229-70

FEDERAL, STATE, AND LOCAL TAXES

752.245-70

GOVERNMENT PROPERTY – USAID REPORTING

752.245-71

TITLE TO AND CARE OF PROPERTY

Apr-84

752.7001

BIOGRAPHICAL DATA

Jul-97

752.7002

TRAVEL AND TRANSPORTATION

Jan-90

752.7003

DOCUMENTATION FOR PAYMENT

Nov-98

752.7004

EMERGENCY LOCATOR INFORMATION

Jul-97

752.7005

SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE DOCUMENTS

Oct-97

752.7006

NOTICES

Apr-84

752.7007

PERSONNEL COMPENSATION

Jul-07

752.7008

USE OF GOVERNMENT FACILITIES OR PERSONNEL

Apr-84

752.7009

MARKING

Jan-93

752.7010

CONVERSION OF U. S. DOLLARS TO LOCAL CURRENCY

Apr-84

752.7011

ORIENTATION AND LANGUAGE TRAINING

Apr-84

752.7013

CONTRACTOR-MISSION RELATIONSHIPS

Oct-89

752.7014

NOTICE OF CHANGES IN TRAVEL REGULATIONS

Jan-90

752.7015

USE OF POUCH FACILITIES

Jul-97

752.7018

HEALTH & ACCIDENT COVERAGE FOR USAID PARTICIPANT TRAINING

Jan-99

752.7019

PARTICIPANT TRAINING

Jan-99

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

Jul-07

12

00 752.7023

REQUIRED VISA FORM FOR PARTICIPANTS

Apr-84

752.7024

WITHDRAWL OF STUDENTS

Apr-84

752.7025

APPROVALS

Apr-84

752.7027

PERSONNEL

Dec-90

752.7029

POST PRIVILEGES

Jul-93

752.7031

LEAVE AND HOLIDAYS

Oct-89

752.7032

INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION REQUIREMENTS

Jan-90

752.7034

ACKNOWLEDGEMENT AND DISCLAIMER

Dec-91

752. 7035

PUBLIC NOTICES

Dec-91

ANTI-FRAUD HOTLINE

USAID/Pakistan has, in cooperation with the USAID Office of Inspector General, established the AntiFraud Hotline to provide an avenue for the reporting of fraud, waste, and abuse which may be associated with USAID funded projects in Pakistan. Complaints are handled with complete confidentiality and individuals are encouraged to report when corruption, fraud, waste, and abuse may occur in the USAID/Pakistan projects. Reports can be filed anonymously via the easy-to-use Hotline (toll free number 0800-84700); email at [email protected]; fax at 021-35390410; postal address at 5-C, 2nd Floor, Kheyaban-e-Ittehad, Phase VII, DHA, Karachi, Pakistan.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

13

ANNEX - I STATEMENT OF WORK WAN (Wide Area Network) MPLS bandwidth for Multan Electric Power Company (MEPCO) HQ The vendor(s) will deploy WAN (Wide Area Network) Layer 3 MPLS bandwidth on a turnkey basis. Connectivity of all the offices mentioned in Annex – I will be established with MEPCO HQ by creating an MPLS based WAN. Bidders should provide quotes for a turn-key solution on this service with Monthly Recurring Cost (MRC) for 12 and 24 months separately. List of the locations that will be connected to the MEPCO HQ is available at Attachment - I. Bidders are required to survey MEPCO offices as mentioned in Annex – I to determine the requirements and availability for the turn-key proposals submission. There will be no cost liability on the IRG for this activity. IRG reserves the right to amend the quantities of the equipment that the bidder proposes, IRG may not procure any or all of the equipment and/or Services required under this solicitation or as mentioned additionally by the bidders. It may upon its internal deliberations and judgment also change the quantities of the various items and/or services. 1. Bidders are required to propose a complete Layer 3 MPLS Based turn-key WAN solution. (Just to visualized the scenario at MEPCO HQ and Remote Locations/Offices, the connectivity of end user equipment for LAN will be at 1Gbps at MEPCO HQ and remote locations/offices and the connectivity of the equipment such as Servers, Core Switch, Storage Arrays etc. in the Data Center will be at 10Gbps by using Laser optimized (OM-4), 50 micron Optical Fiber Cable with the infrastructure supporting scalability to 100 Gbps in the future at MEPCO’s Data Center.) 2. One of the goals of the deployment is to control IT sprawl by implementing MPLS based Connectivity and VLANs for the back end infrastructure to fully support ERP and any other systems. 3. Please note that all the equipment/services/protocols etc. will be configured by the preferred bidder to connect all the remote locations/offices with MEPCO HQ. 4. Please quote subscriptions (if any/if required) for equipment/services/protocol required and it will be for 1 year at least. Price for the second year of subscription to be quoted separately. 5. Bidders will provide complete WAN/LAN IP addressing scheme including subnets of the physical and virtual interfaces of the equipment which will be used to deploy Layer 3 MPLS Connectivity. All the provided network and system details will be used to rectify any problems/issues in the physical and logical interfaces of all devices on the WAN/LAN. Bidders will also document and create MPLS and VLANs to meet Infrastructure deployment best practices and remote access functionality for remote and local services and protocols. All the configurations will also be provided by the preferred bidder(s). 6. IRG/MEPCO will be provided access through secure private and self-healing physical and logical MPLS VPN link(s) to the ERP, CIS Systems etc. and other applications served by the Server Infrastructure hosted at the Data Center. Dedicated MPLS WAN link between the MEPCO HQ Data Center location and all remote sites will be provided by the Bidder(s)/Service Provider(s).

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

14

7. Service levels to be maintained by the Service Provider which should be included in the proposals.

Period of Performance

1.1

Expected Project Initiation Date:

21st January 2015

Expected Project Completion Date:

29th May 2015 or earlier

A resource loaded Gantt chart to be developed by the bidders and provided with the proposals.

General

1.2 

IRG reserve the right to increase or decrease the number of sites/scope of work during the process of negotiation with the short listed/preferred bidder.



The nature of this procurement mandates that IRG can enhance or reduce the scope of this procurement. IRG can also cancel this bid and do a re-bidding at its own discretion.



Bidders to quote for all necessary material, equipment and services etc. except routers that will be required to provide Wide Area Network Connectivity of the remote sites/locations with MEPCO HQ. Bidders to give specification of the router that will suffice for the job.



All the equipment should be provided with standard manufacturers’ warranty. Warranty details such as duration, response time when complaint logged and replacement provision etc. to be provided with the proposals.



Selected bidder(s) will fully, configure and install all the hardware for Wide Area Network and MPLS on turnkey basis.



Bidders will provide complete specifications and technical details including warranty details for all material, equipment, system software, etc. in their proposals.



Please quote separately for one and two years monthly charges for Layer 3 MPLS bandwidth. Note: Selected bidder will test all sites connectivity to the satisfaction of IRG. The bandwidth charges will begin once IRG gives a letter of commencement/commissioning for each site/node. This can take from a few weeks to a few months from the date of successful testing.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

15

ANNEX - II Table: A Hardware and Software or any other required item for the turn-key solution Item No. Description of item Quantity Unit Price Total Price Delivery Schedule

Table: B Service Charges for Installation, Configuration, Implementation and Support. Onetime Completion Sr # Description of Item Quantity Cost Total Price Time Charges for installation, configuration and 1 implementation for items 1 job mentioned in Attachment I.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

16

ATTACHMENT – I MPLS Bandwidth for MEPCO Offices Item

Description of Item

1

Annual bandwidth charges for connecting the following offices to MEPCO HQ:

Quantity Comments of Units

• Accounting units • Circle offices of MEPCO • Divisions of MEPCO

Note: Selected bidder will test all the sites to the satisfaction of IRG. The bandwidth charges will begin once IRG gives a letter of commencement/commissioning for each site/node. This can take from a few weeks to few months from the date of successful testing. (please see List of Offices on the next page)

• Warehouse/Stores of MEPCO 1a

MPLS based WAN connectivity for 01 the above locations – One Time Cost

1b

WAN connectivity for the above 01 job mentioned locations – Monthly Recurring Cost (MRC) for one year WAN connectivity for the above 01 job mentioned locations – MRC for two years

The connections will be terminated at the MEPCO Data Center at the MEPCO Head Quarters in Multan. All necessary details to be provided by the bidders.

All necessary details to be provided by the bidders

All prospective bidders are hereby informed to contact on following number before embarking on site survey. The dates for site survey are from October 09, 2014 to October 17, 2014 in between 09:00 AM to 03:00 PM; Name: Mr. Sher Dil Designation: Assistant Manager, MEPCO Cell No: 0345-8189166 MEPCO Office Address: MIS Department, MEPCO Headquarters, Multan There will be no cost liability on the PDP for this activity. PDP reserves the right to amend the quantities of the equipment that the bidder proposes, PDP may not procure any or all of the equipment and /or services required under this solicitation or as mentioned additionally by the bidders. Bidders will list down the items with quantity and sizes and mention in the quote list. No additional compensation or consideration will be allowed because of the contractor’s misunderstanding as to the

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

17

amount of work, work involved or his/her lack of knowledge of any other conditions pertaining to the work based on her/her neglect or failure to understand the scope of work. Please note that the material used by the vendor must meet the approved standards and guidelines.

For all the installation measurements and quantities, the bidders should quote unit rates of installing such quantities.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

18

List of Offices to Provide Connectivity with MEPCO HQ Sr. #

Location

1

a.

Kabir wala Division

2

b. a.

Revenue Officer Kabir wala Regional Store Multan

3

a.

Regional Store Sahiwal

4

a.

Regional Store D.G.Khan

5

a.

6

Address

Alfareed Town Near New Lari adda Kabirwala Qasimpur Colony Bahawalpur road Multan

Nodes Manually calculated 9

MPLS WAN Bandwidth

2Mbps

7 6

1Mbps

Old Power house Multan road Sahiwal Jail road, besides School No. 1 (Mepco Complex), DGKhan

6

1Mbps

6

1Mbps

Field Store Multan (Const)

Roomi Cotton Factory Khanewal road Multan

5

1Mbps

a.

Field Store Sahiwal

MEPCO Complex, Multan Road, Sahiwal

5

1Mbps

7

a.

Field Store Burewala

MEPCO Complex Vehari Bazar Burewala

5

1Mbps

8

a.

Field/Regional Store, Bahawalpur

5

1Mbps

9 10

a. a.

Field Store, Rajanpur Field Store, Layyah

5 5

1Mbps 1Mbps

11

a.

Field Store, Muzaffar Garh

5

1Mbps

12

a.

Field Store, Bahawalnagar

5

1Mbps

13

a.

Field Store, R.Y.Khan

5

1Mbps

14

a.

Field Store, Khanewal

5

1Mbps

15

a.

Reclamation Workshop

5

1Mbps

16

b. a.

Metering & Testing SS & T Warehouse

5 6

1Mbps

17

a.

Regional Training Center

Near 500kv Grid Station Khanewal road, Multan

6

1Mbps

18

a.

Warehouse

6

1Mbps

19

a.

Internal Audit Directorate

Opposite RTC, Khanewal Road, Multan Shafeeabad, Bank Street, Near Daewoo Workshop, Chowk Kumharanwala, Multan

6

1Mbps

Inside the Bahawalpur Circle Office Campus: SE Office beside DCO Office 132 KV Grid Station, Rajanpur Near TDA Chowk Hospital road Layyah Near DPS Colony Mehmood Kot road, Muzaffargarh Minchan Abad Road, WAPDA Complex near Ghallah Mandi, Bahawalnagar Mepco Complex Near Town Hall Raheem Yaar Khan MEPCO Complex, Cinema Road, Khanewal Qasimpur Colony Bahawalpur road Multan 132kv Grid Station Qasimpur Colony Bahawalpur Road, Multan

*Some of the ROs may share the same office premises as the Divisional Office.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

19

ANNEX - III CERTIFICATIONS Required Certifications The following certificates need to be signed by all Bidders. These certifications are an integral part of the quotation/proposal. Please print them off and send back to us with your proposal after signature on each certificate. They are: 1. Certification Regarding Terrorist Financing 2. Narcotics offenses and drug trafficking- key individual certification 3. Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered transactions 4. Certificate of Origin 5. Certificate for Availability 6. Certification of Bidder Ownership/Shareholder Structure 7. Certification of Independent Price Determination

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

20

1.1

Certification Regarding Terrorist Financing Implementing E.O. 13224

USAID requires that recipients sign the certification below as a prerequisite to receiving a contract/grant from a U.S. Government source. CERTFICATION REGARDING TERRORIST FINANCING IMPLEMENTING E.O. 13224 By signing and submitting this application, the prospective recipient provides the certification set out below: 1. The Recipient has not provided, and will take all reasonable steps to ensure that it does not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated, or participated in terrorist acts. 2. Specifically, in order to comply with its obligations under paragraph 1, the Recipient will take the following steps: a.

Before providing any material support or resources to an individual or entity, the Recipient will verify that the individual or entity does not appear (i) on the master list of Specially Designated Nationals and Blocked Persons, which list is maintained by the U.S. Treasury’s Office of Foreign Assets Control (OFAC) and is available online at OFAC’s website: http://www.treas.gov/offices/eotffc/ofac/sdn/t11sdn.pdf, or (ii) on any supplementary list of prohibited individuals or entities that may be provided by USAID to the Recipient. The Recipient also will verify that the individual or entity has not been designated by the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the “1267 Committee”) [individuals and entities linked to the Taliban, Usama bin Laden, or the Al Qaida Organization]. To determine whether there has been a published designation of an individual or entity by the 1267 Committee, the Recipient should refer to the consolidated list available online at the Committee’s website: http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm. b. Before providing any material support or resources to an individual or entity, the Recipient will consider all information about that individual or entity of which it is aware or that is available to the public. c. The Recipient will implement reasonable monitoring and oversight procedures to safeguard against assistance being diverted to support terrorist activity. 3. For purposes of this Certification a. “Material support and resources” means currency or monetary instruments or financial securities, financial services, lodging, training, expert advice or assistance, safe houses, false documentation or identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials. b. “Terrorist act” means- (i) an act prohibited pursuant to one of the 12 United Nations Conventions and Protocols related to terrorism (see UN terrorism conventions Internet site: http://untreaty.un.org/English/Terrorism.asp ); or (ii) an act of premeditated, politically motivated violence perpetrated against non-combatant targets by sub national groups or clandestine agents; or (iii) any other act intended to cause death or serious bodily injury to a civilian, or to any other person not taking an active part in hostilities in a situation of armed conflict, when the purpose of such act, by its nature or context, is to intimidate a population, or to compel a government or an international organization to do or to abstain from doing any act. c. “Entity” means a partnership, association, corporation, or other organization, group or subgroup.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

21

This Certification is an express term and condition of any agreement issued as a result of this application, and any violation of it shall be grounds for unilateral termination of the agreement by USAID prior to the end of its term. Name: _________________________________ Signature: ____________________ Title: __________________________________

Date: ____________________

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

22

1.2

Key Individual Certification

NARCOTICS OFFENSES AND DRUG TRAFFICKING I hereby certify that within the last ten years: 1

I have not been convicted of a violation of, or a conspiracy to violate, any law or regulation of the United States or any other country concerning narcotic or psychotropic drugs or other controlled substances.

2

I am not and have not been an illicit trafficker in any such drug or controlled substance.

3

I am not and have not been a knowing assistor, abettor, conspirator, or colluder with others in the illicit trafficking in any such drug or substance.

Signature: __________________________________________ Date: ____________ Name: ______________________________________ Title/Position: ________________________________ Organization: ________________________________ Address: ____________________________________ Date of Birth: ________________________________ NOTICE: 1. You are required to sign this Certification under the provisions of 22 CFR Part 140, Prohibition on Assistance to Drug Traffickers. These regulations were issued by the Department of State and require that certain key individuals of organizations must sign this Certification. 2. If you make a false Certification you are subject to U.S. criminal prosecution under 18 U.S.C.1001.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

23

1.3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions A. Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," ineligible, "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, has the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non procurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

24

B. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions 1.

2.

The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Date of Application/Proposal: _________________________________ Typed Name and Title: ______________________________________ Signature Date: ____________________________________________

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

25

1.4 Certificate of Origin VENDOR CERTIFICATE OF ORIGIN The undersigned, (Owner or Agent Legally Authorized to Sign on Behalf of the Vendor) for __________________________________________________________ (Name and Address of the Vendor) Certifies the origin of goods listed below offered under the RFP #...............……..to IRG are as follows: Item #

Catalogue / Other Item Name Identifying Number Description

and Origin (Country)

As defined in 22 CFR 228, Section 228.01(j): Origin means the country where a commodity is mined, grown or produced. A commodity is produced when, through manufacturing, processing, or substantial and major assembling of components, a commercially recognized new commodity results that is significantly different in basic characteristics or in purpose of utility from its components (Name) (Signature of Owner or Agent) (Title) (Date)

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

26

1.5 Certificate of Availability

I, Mr./Miss/Mrs. ________________________________________________ solemnly declare/ certify that I have authorized (Firm Name) to include my CV in their proposal for the subject assignment and if the contract is awarded to this firm I shall be available to work on this contract up to the completion of the assignment

Name: _____________________ Signature:

_______________

Date: ______________________

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

27

1.6 Certification of Bidder Ownership/Shareholder Structure To ensure compliance with 22 CFR 228.13, Bidders are required to disclose all current owners and shareholders in the table hereunder and indicate if the owner(s) and shareholder(s) are government agencies or government-controlled organizations. If required, bidders should expand the table in order to permit a complete review. IRG defines “controlled” as the ownership by a single entity, agency, or organization of 50% + 1 of shares or assets of a company.

Nationality

% Ownership

Government-controlled Entity or Government Agency?

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

Owner(s) / Shareholder(s)

I understand that this information will be relied upon by IRG to determine whether to enter into any contractual agreement, and that any false or misleading information provided herein would be grounds for the immediate termination of any such contractual agreement.

Name of the Bidder: ______________________________________ Date of Application/Proposal: Typed Name and Title: Signature Date:

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

28

1.7 Certification of Independent Price Determination Certification of Independent Price Determination To Be Completed by the Offeror: (The Representations and Certifications must be executed by an individual authorized to bind the offeror.) The offeror makes the following Representations and Certifications as part of its proposal. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C 1001. 1. 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APRIL 1985) [NOTE: This provision is applicable when a firm-fixed price contract is contemplated.] The offeror certifies that – 1. The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; 2. The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and 3. No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory— 4. Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (1) through (3) above; or 5.

Has been authorized in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (1) through (3) above.

Print Name________________________________________ Print Title ________________________________________ [insert full name of person(s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror's organization]; (ii) As an authorized agent, does certify that the principals named above have not participated, and will not participate, in any action contrary to subparagraphs (1) through (3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (1) through (3) above. (c) If the offeror deletes or modifies subparagraph (2) above, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

29

(Name of Offeror)

(RFP No.)

(Signature of Authorized Individual)

(Date)

(Typed Name of Authorized Individual)

(DUNS Number- if applicable)

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

30

ANNEX IV FORMAT FOR BID BOND Form for Bid Bond A Bid Bond in the form below, drawn on a bank scheduled in Pakistan and acceptable to IRG shall be provided with the proposal. WHEREAS: (Name of Offering bidder) ....................................from this point on referred to as "bidder" has presented an Offer for XXXXX RFQ Title XXXXX dated the ...... day of .................. of 201_. WHEREAS, IRG has stipulated in the bidding document for the XXXXX RFQ Title XXXXX _______________________________that such bidder shall provide a Bid Bond, to be issued by a bank scheduled in Pakistan, acceptable to IRG and with a validity of not less than sixty (60) calendar days. AND THEREFORE, the undersigned have agreed to provide the bidder a guarantee by means of Bond No. ............. , valid through ..................................................... The undersigned declare themselves responsible guarantors before IRG in the Name and Representation of the bidder, for up to the total amount of (amount of the bond in words and numbers)..................................................................... ..................... The undersigned agree to pay IRG immediately upon IRG’s first written demand which shall state that the bidder has removed the Offer, modified the Offer, declines to sign the contract, or after signing the contract has not presented the Performance Bond adequately as stipulated in the notification by IRG in the Award Letter, an amount not greater than................................................... ............................ (amount of the bond), without IRG having to prove or accredit the causes or reasons for the injunction for the specified amount, after submitting Guarantee Bond No................... during its effectiveness. This guarantee is effective until the ....... of..................... of 201___ Signature and Seal of the Guarantor .............................................

...............................

Date...................................... Address.................................

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

31

ANNEX V FORMAT FOR PERFORMANCE BOND Form for Performance Bond A Performance Bond in the form below, drawn on a bank scheduled in Pakistan and acceptable to IRG shall be provided with the proposal. WHEREAS: (Name of Offering bidder) ....................................from this point on referred to as "bidder" has presented an Offer for XXXXX RFQ Title XXXXX dated the ...... day of .................. of 201_. WHEREAS, IRG has stipulated in the bidding document for the XXXXX RFQ Title XXXXX _______________________________that such bidder shall provide a Performance Bond, to be issued by a bank scheduled in Pakistan, acceptable to IRG and with a validity of not less than the contract performance period. AND THEREFORE, the undersigned have agreed to provide the bidder a guarantee by means of Bond No. ............. , valid through ..................................................... The undersigned declare themselves responsible guarantors before IRG in the Name and Representation of the bidder, for up to the total amount of (amount of the bond in words and numbers)..................................................................... ..................... The undersigned agree to pay IRG immediately upon IRG’s first written demand, which shall state that the bidder after signing the contract has not been able to perform as per contract, an amount not greater than................................................... ............................ (amount of the bond), without IRG having to prove or accredit the causes or reasons for the injunction for the specified amount, after submitting Guarantee Bond No................... during its effectiveness. This guarantee is effective until the ....... of..................... of 201___ Signature and Seal of the Guarantor .............................................

...............................

Date...................................... Address.................................

IRG/PDP/WAN/MEPCO/2014/187– Wide Area Network MPLS Bandwidth MEPCO

32

20141001_IRG-PDP-WAN-2014_187_RFP.pdf

Whoops! There was a problem loading this page. Retrying... 20141001_IRG-PDP-WAN-2014_187_RFP.pdf. 20141001_IRG-PDP-WAN-2014_187_RFP.pdf.

551KB Sizes 1 Downloads 240 Views

Recommend Documents

No documents