RFQ No.: SOL-391-12-000001

Issuance Date: October 20, 2011

Closing Date and Time: November 4, 2011, 1400 hrs. Time

Activity Title: Malakand Reconstruction and Recovery Program (MRRP): School Furniture Supplies and Equipment

To: Local Pakistani Organizations Only

The United States Agency for International Development (USAID), Pakistan requires an experienced local Pakistani firm to procure and deliver supplies and equipment including furniture for 115 newly reconstructed schools in Swat, Lower & Upper Dir and Buner of Malakand Division, (KP) Province of Pakistan.

THIS REQUEST FOR QUOTATION (RFQ) IS LIMITED TO LOCAL PAKISTANI FIRMS ONLY. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested.

These school supplies and equipment will be owned by the Elementary and Secondary Education Department of KP once delivered and accepted by the target schools. The selected firm shall be responsible for the purchase, transportation, quality control, and safe delivery of the procured school supplies and equipment to the 115 schools at the aforementioned locations. List of specific schools where the delivery must be made is attached as Annexure 1 to the RFQ.

Interested Pakistani firms are requested to submit a separate technical and cost proposal for achieving the results set forth in the RFQ by the above mentioned closing date and time. All proposals will be evaluated based on the evaluation criteria set forth in Section E of the RFQ. If interested, please submit the proposals only via email to [email protected]. It is the responsibility of the recipient of the solicitation to ensure that the solicitation and the subsequent proposal have been received in its entirety. USAID bears no responsibility for data errors resulting from email exchange. Proposals submitted after the closing date and time will not be considered.

USAID/Pakistan encourages local Pakistani firms with demonstrated technical and financial potentials, and having relative past experience in the procurement and delivery of school furniture, supplies, and equipment to consider submitting their proposals for this program.

U.S. Agency for International Development Tel: [+92-51) 208-0000 Embassy of United States of America, Fax: [+92-51) 287-0310 Diplomatic Enclave, Ramna 5, Islamabad www.usaid.gov/pk

MRRP – School Supplies Page 3 of 24

SECTION A – SCHEDULE

A.1 BACKGROUND

The United State Agency for International Development (USAID), as represented by the USAID Mission in Pakistan (USAID/Pakistan), is supporting a multi-component program named “Malakand Reconstruction and Recovery Program (MRRP)” to rebuild key education, health, water and governance services in the conflict affected districts of Khyber Pakhtunkhwa Province (KP).

A.2 STATEMENT OF WORK

USAID Pakistan requires an experienced contractor to procure and deliver supplies and equipment including furniture for 115 newly reconstructed schools in Swat, Lower & Upper Dir and Buner of Malakand Division, Khyber Pakhtunkhwa Province of Pakistan. List of Schools is attached as Annexure 1.

These school supplies and equipment will be owned by Elementary and Secondary Education Department of KP once delivered and accepted by the target schools. The contractor shall be responsible for the purchase, transportation, quality control, and safe delivery of the procured school supplies and equipment to the 115 schools.

Before delivery, the contractor shall make sure that the schools are fully constructed and officially handed over to the Education Department. The contractor shall make sure that the supplies and equipment are handed over to the Principal/Head Teacher dully endorsed by the Executive District Officer, Education Department and PaRRSA for the targeted school and the concerned education officials have accepted (signing for) the supplies and equipment using an official inventory sheet. The official inventory sheet will be signed by the Principal/Head Teacher dully endorsed by the Executive District Officer, Education Department and Provincial Reconstruction, Rehabilitation and Settlement Authority (PaRRSA).

PaRRSA will provide support in communication and coordination with the Department of Education at the school, district and provincial level. PaRRSA is the implementing partner for the schools construction program. The contractor shall closely coordinate with PaRRSA and Elementary and Secondary Education Department in the procurement, quality control, and delivery of the procured school supplies and equipment. Contracting Officer’s Technical Representative (COTR) will provide the necessary guidance.

The target schools are of various levels including primary, middle, high and higher secondary and will be completed as per a construction schedule. For delivery purposes, the contractor will follow the construction schedule but the contractor must receive official written confirmation from USAID as to whether or not the schools are ready and have been officially handed over to the Education Department before the supplies and equipment may be delivered. Some of the schools may take longer than expected to be constructed and the contractor will have to adjust its delivery schedule accordingly.

The contractor shall be responsible to ensure that each item meets the required quality and standards as agreed upon.

USAID will provide limited assistance in security advice and liaison with PaRRSA, where required. This support is deemed minimal at this stage. It is understood that the contractor has not been to the sites and there are many unknowns. Most of the schools are currently under construction and it can be assumed that appropriate access is available.

Every item supplied under the contract needs to be properly marked as per USAID branding and marking regulations. See Section C.7 for specific Branding & marking requirements.

MRRP – School Supplies Page 4 of 24

A. Specific Technical Requirements

Supplies detail

S.No Item Number/Quantity Specification 1 Student Table 1,290 1. Frame made of 18 gauge -01” square steel pipe- Chair with Anti rust silver color Basket 2. Length of seat 18” 3. Breadth of seat 18” 4. Height 30” 5. Top made of particle laminated chipboard 6. Size of metal wire basket (15.5)” (Length) X 12” (Height) X 04” (Width) 7. Rust proof coating with silver color on metal wire 2 Student 14,939 1. Made of Sheesham wood strips with good quality Benches polish 2. Size 12” (Width) X 42” (Length) X 18” (Height) 3. Top made of wood stripes 2”X1” wit half gap in each stripe 4. Frame 1” made of made of steel square pipe 18 gauge 5. Frame painted in silver color after having a proper rust proof treatment 3 Student Desks 14,939 1. Made of particle chipboard with good quality 2. Size Top 1’ (Width) X (3.5)’ (Length) with one shelve size 6” X (2.25)’ (Height) 3. Frame made of 1” steel square pipe 18 gauge 4. Frame painted in silver color after having a proper rust proof treatment 4 Teachers 740 1. Frame made of 1” steel sq. pipe, Seat and Back Chairs weaved of cane. 2. Wooden parts Brown Polish 3. Back height (31.5)” 4. Seat 18”x18” 5. Seat height 18” 5 Teachers 740 1. Frame made of 18 gage -01” square steel pipe – Tables Antirust silver color 2. Chipboard lamination- farmite # 7195 3. Table top 3’x2’x(2.5)’made of particle board 4. One drawer and lock on right side 6 Science Lab Complete 1. The detail specification will be provided Equipment package for 8 schools 7 Science Kits 26 1. The detail specification will be provided (middle classes 6th-8th) 8 Math Kits 37 1. The detail specification will be provided (middle classes6 th- 8th) 9 Lab Stools 540 1. Structure made with 18 gauge mild steel 01” square

MRRP – School Supplies Page 5 of 24

pipe powered coated in black color 2. Height 675 mm 3. Distance leg to leg (4 legs) 450mm 4. Side rail (2) , First at 75 mm, Second at 300 mm 5. Top size 325 square mm 6. Top stripe size 45 mm X 325 mm 7. Five strips made of solid Sheesham wood, distance between strips is 25 mm, wood strip should be ½ “ thick 10 Lab Table 24 1. Size 40” (Height) X 48” (Length) X30” (Width 2. Distance leg to leg (Widthwise) 27” 3. Distance leg to leg (Length) 45 “ 4. Rail first at 75mm – 100mm as per sketch 5. Top size 4’X2’X3/4”

11 Chipboard 916 Height : 72 Inches Cupboard Height : 48 Inches For Science Depth : 16 Inches Kit , Math Kit Material: and Science 6/8 inches Textured Formica, Laminated Chip Board Lab (Lamination of both sides) , Top and Bottom with 2/8’ thick Equipment solid beach / wood / PVC lipping ( as per approved Sample) at every open pasted with German Glue including ICI lacquer polish with smooth finish. Shelves: Providing holes for Steel Brackets/ Holders for Folding / Adjustable Shelves of thickness 6/8” in textured Formica ( Formica # 7195) Laminated chip Board ( Lamination on both side with 2/8”thick solid beach wood / PVC lipping ( As per sample )at every open edge pasted with German White glue including ICI lacquer polish with smooth finish. Front Panels: Panels will be provided in solid beach wood with frame size 2-1/2” X 1” thick with 5 mm thick clear glass provided 1/8” margins of expression at every edge for expansion and fixing with silicon gas kit for shock absorbing, including ICI lacquer polish with smooth finish also termite treatment. Bottom / Footing: Bottom / Footing will be provided in a solid beach wood frame size 2 “ x 1 “ thick or as per approved Sample to avoid water soaking in order to prevent chip board, including ICI Polish with smooth finish also termite treatment must be done before using wood. Hinges: Providing and fixing 6 ft length imported German make hinges with screws at every hole if hinge on both side. Handles: Providing and fixing Stainless steel handles of 3/8” dia and 6 “ length. Locks Providing and fixing Good quality steel chrome locks

MRRP – School Supplies Page 6 of 24

(Imported) in both panels. Catchers: Providing and fixing Good quality magnetic catchers in both panels. 12 Office table 196 "Size:1800x900x760mmh Structure made of 25x25 mm (18 gauge) steel square pipe with aluminum painted, top 25 mm thick 600 density chipboard pressed with shisham veneer Both sides drawers box, Each side three drawers Upper lockable and back closed, finished with N, C lacquer polished.

13 Office Chair 1,285 14 Chairs for 2,550 Examination Hall 15 Students bags 23,000

A.3 PLACES OF PERFORMANCE

The primary place of performance for the contractor is Malakand division and Khyber Pakhtunkhwa (KP). The contractor shall be required to perform work both in Peshawar and Islamabad as needed.

A.4 TECHNICAL DIRECTION

The USAID/Pakistan’s FATA/KP Office will provide technical direction to the contractor acting in the role of the Contracting Officer’s Technical Representative (COTR). The contractor shall work closely with the USAID COTR and report to the same. The COTR for this contract will be assigned through a separate letter with a copy to the contractor after signing of the award. No office space or equipment is to be provided by USAID to the contractor.

A.5 DELIVERABLES

1. Monthly Performance Report The contractor shall submit a comprehensive report at the end of each month that shall include activities/tasks completed during the month and also provide plan for the next month.

2. Work plan A detailed work plan shall be provided to USAID COTR for approval. The work plan shall include a realistic plan for procuring and delivering the needed schools supplies and equipment, a plan for ensuring the procured school items will meet or exceed quality control standards and how coordination with USAID and the Government of KP (GoKP) will be carried out.

3. Sample of items A sample of every item to be supplied to the schools must be inspected and accepted by USAID and PaRRSA in advance.

MRRP – School Supplies Page 7 of 24

4. Coordination/Review Meetings The Contractor’s Project Manager shall hold monthly coordination meetings with the USAID COTR during the contract period.

5. Delivery Schedule of school supplies and equipment Once the contractor receives official written confirmation from USAID that the schools are ready and have been officially handed over to the Education Department, the contractor will have 15 days to deliver the supplies and equipment to the school.

6. Key and Non-key personnel The contractor shall be responsible for recruiting qualified Project Manager (Key Personnel) and other staff as required and necessary to achieve the objectives of this contract.

7. Financial Reports Monthly financial reports to include expenditures shall be submitted to USAID/Pakistan at the end of each month for the duration of this contract.

8. Final Report The contractor shall submit a final report detailing all final performance and financial reporting information within 30 calendar days after completion of the contract, which will include but not limited to the below. a. basic identifying information, such as program name, contract number, approval date, and country assisted b. the total cost of the program funded by USAID, actual or estimated contractor contributions, and the best available estimate of other host country or partner resources that contributed to results achievement c. the name of the contractor and any sub-contractors d. a summary of activities/projects implemented under this contract and major outputs including quantitative details e. distill any lessons learned

9. Deliverable Schedule

S# Description Deliverable schedule 1 Delivery Schedule of school supplies and 10 days from the date of equipment the award and updated every 30 days 2 Detailed Work Plan 30 days from the date of the award 3 Sample items 45 days from the date of the award 4 Monthly Performance Report Every 30 days 5 Monthly financial reports Every 30 days 6 Security Plan 30 days from the date of the award 7 Branding & Marking Plan 30 days from the date of the award 8 Final Report 30 days after the end of the award

MRRP – School Supplies Page 8 of 24

A.6 AUTHORIZED GEOGRAPHIC CODE

The authorized Geographic Code for the procurement of goods and services is “935”.

A.7 PAYING OFFICE

Invoices will be submitted to the Controller, USAID/Egypt, with a copy to the Controller, USAID/Pakistan. If invoices are submitted electronically, a paper copy is not required.

ORIGINAL INVOICE: COPY OF INVOICE: U.S. Embassy USAID/Pakistan USAID/Egypt Attn: Financial Management Office Attn: Financial Management Office Diplomatic Enclave, Ramna 5 1/A Ahmed Kamel St. Islamabad, Pakistan Off El-Laselki Street Email: [email protected] New Maadi, Cairo, Egypt Email: Tel: +20-2-25227300 FAX: +20-2-25165308 E-mail: [email protected]

A.8 PERIOD OF PERFORMANCE

The anticipated duration of this award will be from December 24, 2011 to June 24, 2013.

A.9 EXECUTIVE ORDER ON TERRORISM FINANCING

The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the contractor/recipient to ensure compliance with these Executive Orders and laws. This provision must be included in all subcontracts/subawards issued under this contract/agreement.

MRRP – School Supplies Page 9 of 24

SECTION B – CLAUSES INCORPORATED BY REFERENCE

This RFQ incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://www.arnet.gov/far or http://www.usaid.gov

B.1 FEDERAL ACQUSIITION REGULATION (48 CFR CHAPTER 1) PROVISIONS

NUMBER TITLE DATE 52.202-1 Definitions (JUL 2004) 52.204-6 Data Universal Numbering Systems (DUNS) Number (APR 2008) 52.204-7 Central Contractor Registration. (APR 2008) 52.211-13 Time Extensions (SEP 2000) 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.223-6 Drug Free Work Place MAY 2001) 52.225-25 Prohibition on Engaging In Sanctioned Activities Relating to Iran-Certification. (SEP 2010) 52.232-1 Payments (APR 1984) 52.232-25 Prompt Payment (OCT 2008) 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003) 52.233-1 Disputes (JUL 2002) 52.242-1 Notice of Intent to Disallow Costs (APR 1984) 52.244-6 Subcontracts for Commercial Items. (DEC 2010) 52.246-1 Contractor Inspection Requirements. (APR 1984) 52.246-3 Inspection of Supplies – Cost Reimbursement (MAY 2001) 52.246-16 Responsibility for Supplies (APR 1984) 52.249-6 Termination – Cost Reimbursement (MAY 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998)

B.2 A.I.D. ACQUISITION REGULATION (48 CFR CHAPTER 7) PROVISIONS

NUMBER TITLE DATE

752.225-71 Local Procurement FEB 1997 752.245-71 Title To And Care Of Property APR 1984 752.7013 Contractor-Mission Relationships OCT 1989 752.7027 Personnel DEC 1990 752.7033 Physical Fitness JUL 1997

MRRP – School Supplies Page 10 of 24

SECTION C- FULL TEXT CLAUSES

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

C.1 52.212-3 Offeror Representations and Certifications – Commercial Items (MAY 2011)

An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.

(a) Definitions. As used in this provision--

“Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program.

“Forced or indentured child labor” means all work or service—

(1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or

(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties.

“Inverted domestic corporation,” as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Coe at 26 U.S.C. 7874.

“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except—

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

MRRP – School Supplies Page 11 of 24

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 9630, Additive Metal Materials.

“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

“Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate—

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;

(3) Consist of providing goods or services to marginalized populations of Sudan;

(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;

(5) Consist of providing goods or services that are used only to promote health or education; or

(6) Have been voluntarily suspended.

“Service-disabled veteran-owned small business concern”—

(1) Means a small business concern—

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.

MRRP – School Supplies Page 12 of 24

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

“Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation.

“Subsidiary” means an entity in which more than 50 percent of the entity is owned—

(1) Directly by a parent corporation; or

(2) Through another subsidiary of a parent corporation.

“Veteran-owned small business concern” means a small business concern—

(1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

“Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women.

“Women-owned small business concern” means a small business concern --

(1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and

(2) Whose management and daily business operations are controlled by one or more women.

“Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127),” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.

(b)

(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website.

(2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs

MRRP – School Supplies Page 13 of 24

______. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.]

(c) Offerors must complete the following representations when the resulting contract is to be performed in the United States or its outlying areas. Check all that apply.

(1) Small business concern. The offeror represents as part of its offer that it [_] is, [_] is not a small business concern.

(2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern.

(3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a service-disabled veteran-owned small business concern.

(4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002.

(5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not a women-owned small business concern.

Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold.

(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror prepresents that—

(i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: ______.] Each WOSB concern participating in the joint venture shall submit a separate signed copy of the WOSB representation.

(7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that—

MRRP – School Supplies Page 14 of 24

(i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: ______. Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.

(8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.]. The offeror represents that it [_] is, a women-owned business concern.

(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:

______

(10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.]

(i) General. The offeror represents that either—

(A) It [_] is, [_] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration , and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or

(B) It [_] has, [_] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted.

(ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ______.]

MRRP – School Supplies Page 15 of 24

(11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that--

(i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and

(ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ______.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.

(d) Representations required to implement provisions of Executive Order 11246 --

(1) Previous contracts and compliance. The offeror represents that --

(i) It [_] has, [_] has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and

(ii) It [_] has, [_] has not, filed all required compliance reports.

(2) Affirmative Action Compliance. The offeror represents that --

(i) It [_] has developed and has on file, [_] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or

(ii) It [_] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made.

(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]

MRRP – School Supplies Page 16 of 24

(1) Listed End Product

Listed End Product: Listed Countries of Origin:

(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.]

[_] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product.

[_] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.

(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly—

(1) [_] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or

(2) [_] Outside the United States.

(k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]

(1) [_] Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [_] does [_] does not certify that—

(i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations;

(ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and

MRRP – School Supplies Page 17 of 24

(iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers.

(2) [_] Certain services as described in FAR 22.1003-4(d)(1). The offeror [_] does [_] does not certify that—

(i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations;

(ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii));

(iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and

(iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers.

(3) If paragraph (k)(1) or (k)(2) of this clause applies—

(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and

(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause.

(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.

(n) Prohibition on Contracting with Inverted Domestic Corporations—

(1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874.

(2) Representation. By submission of its offer, the offeror represents that—

(i) It is not an inverted domestic corporation; and

(ii) It is not a subsidiary of an inverted domestic corporation.

(o) Sanctioned activities relating to Iran. (1) Unless a waiver is granted or an exception applies as provided in paragraph (o)(2) of this provision, by submission of its offer, the offeror certifies that the offeror, or any person

MRRP – School Supplies Page 18 of 24 owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act of 1996.

(2) The certification requirement of paragraph (o)(1) of this provision does not apply if--

(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and

(ii) The offeror has certified that all the offered products to be supplied are designated country end products.

A.I.D. ACQUISITION REGULATION (48 CFR CHAPTER 7)

C.2 752.202-1 Definitions. (JAN 1990)

(a) "USAID" shall mean the U.S. Agency for International Development.

(b) "Administrator" shall mean the Administrator or the Deputy Administrator of USAID.

(c) When this contract is with an educational institution "Campus Coordinator" shall mean the representative of the Contractor at the Contractor's home institution, who shall be responsible for coordinating the activities carried out under the contract.

(d) When this contract is with an educational institution "Campus Personnel" shall mean representatives of the Contractor performing services under the contract at the Contractor's home institution and shall include the Campus Coordinator.

(e) "Consultant" shall mean any especially well qualified person who is engaged, on a temporary or intermittent basis to advise the Contractor and who is not an officer or employee of the Contractor who performs other duties for the Contractor.

(f) "Contractor employee" shall mean an employee of the Contractor assigned to work under this contract.

(g) "Cooperating Country or Countries" shall mean the foreign country or countries in or for which services are to be rendered hereunder.

(h) "Cooperating Government" shall mean the government of the Cooperating Country.

(i) "Federal Acquisition Regulations (FAR)", when referred to herein shall include Agency for International Development Acquisition Regulations (AIDAR).

(j) "Government" shall mean the United States Government.

(k) "Mission" shall mean the United States USAID Mission to, or principal USAID office in, the Cooperating Country.

(l) "Mission Director" shall mean the principal officer in the Mission in the Cooperating Country, or his/her designated representative.

c. Alternate 71. For use in USAID contracts with an educational institution for participant training. Use in addition to the clauses in FAR 52.202-1 and in 752.202-1(b) of this chapter. (See FAR 52.202)

MRRP – School Supplies Page 19 of 24

C.3 752.211-70 Language and Measurement. (JUN 1992)

(a) The English language shall be used in all written communications between the parties under this contract with respect to services to be rendered and with respect to all documents prepared by the contractor except as otherwise provided in the contract or as authorized by the contracting officer.

(b) Wherever measurements are required or authorized, they shall be made, computed, and recorded in metric system units of measurement, unless otherwise authorized by USAID in writing when it has found that such usage is impractical or is likely to cause U.S. firms to experience significant inefficiencies or the loss of markets. Where the metric system is not the predominant standard for a particular application, measurements may be expressed in both the metric and the traditional equivalent units, provided the metric units are listed first.

C.4 752.7006 Notices. (APR 1984)

Any notice given by any of the parties hereunder shall be sufficient only if in writing and delivered in person or sent by telegraph, cable, or registered or regular mail as follows: To USAID: Administrator, U.S. Agency for International Development, Washington, D.C. 20523-0061. Attention: Contracting Officer (the name of the cognizant Contracting Officer with a copy to the appropriate Mission Director). To Contractor: At Contractor's address shown on the cover page of this contract, or to such other address as either of such parties shall designate by notice given as herein required. Notices hereunder shall be effective when delivered in accordance with this clause or on the effective date of the notice, whichever is later.

C.5 752.7008 Use of Government Facilities or Personnel. (APR 1984)

(a) The Contractor and any employee or consultant of the Contractor is prohibited from using U.S. Government facilities (such as office space or equipment) or U.S. Government clerical or technical personnel in the performance of the services specified in the contract, unless the use of Government facilities or personnel is specifically authorized in the contract, or is authorized in advance, in writing, by the Contracting Officer.

(b) If at any time it is determined that the Contractor, or any of its employees or consultants have used U.S. Government facilities or personnel without authorization either in the contract itself, or in advance, in writing, by the Contracting Officer, then the amount payable under the contract shall be reduced by an amount equal to the value of the U.S. Government facilities or personnel used by the Contractor, as determined by the Contracting Officer.

(c) If the parties fail to agree on an adjustment made pursuant to this clause, it shall be considered a dispute, and shall be dealt with under the terms of the clause of this contract entitled "Disputes".

C.6 752.7025 Approvals. (APR 1984)

All approvals required to be given under the contract by the Contracting Officer or the Mission Director shall be in writing and, except when extraordinary circumstances make it impracticable, shall be requested by the Contractor sufficiently in advance of the contemplated action to permit approval, disapproval or other disposition prior to that action. If, because of existing conditions, it is impossible to obtain prior written approval, the approving official may, at his discretion, ratify the action after the fact.

C.7 752.7009 Marking. (JAN 1993)

(a) It is USAID policy that USAID-financed commodities and shipping containers, and project construction sites and other project locations be suitably marked with the USAID emblem. Shipping

MRRP – School Supplies Page 20 of 24 containers are also to be marked with the last five digits of the USAID financing document number. As a general rule, marking is not required for raw materials shipped in bulk (such as coal, grain, etc.), or for semi finished products which are not packaged.

(b) Specific guidance on marking requirements should be obtained prior to procurement of commodities to be shipped, and as early as possible for project construction sites and other project locations. This guidance will be provided through the cognizant technical office indicated on the cover page of this contract, or by the Mission Director in the Cooperating Country to which commodities are being shipped, or in which the project site is located.

(c) Authority to waive marking requirements is vested with the Regional Assistant Administrators, and with Mission Directors.

(d) A copy of any specific marking instructions or waivers from marking requirements is to be sent to the Contracting Officer; the original should be retained by the Contractor.

MRRP – School Supplies Page 21 of 24

SECTION D - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

D.1 GENERAL

The Government anticipates the award of one (1) award as a result of this RFQ; however, it reserves the right to make multiple awards or no award.

D.2 PROPOSAL PREPARATION INSTRUCTIONS

A responsive quotation will include the following:

1. Delivery Schedule: A schedule providing timelines towards completion of the project within the required amount of time.

2. Technical Proposal: A discussion of the key issues and approaches to be used that draws on the professional experience of the offeror. The offeror has to submit a maximum of 2 pages of technical proposal.

3. Past Performance: List of past contracts for similar requirements, requesting organization, dates and contact person conducted by Offeror within the last 5 years.

4. Cost proposal with itemized description and cost of the supplies and services to be supplied directly under the award.

D.3 GENERAL INSTRUCTIONS TO OFFERORS

(a) RFQ Instructions: If an Offeror does not follow the instructions set forth herein, the Offeror’s proposal may be eliminated from further consideration or the proposal may be down-graded and not receive full or partial credit under the applicable evaluation criteria.

(b) Accurate and Complete Information: Offerors must set forth full, accurate and complete information as required by this RFQ.

(c) Offer Acceptability: The Government may determine an offer to be unacceptable if the offer does not comply with all of the terms and conditions of the RFQ.

(d) Proposal Preparation Costs: The U.S. Government will not pay any costs related to the proposal preparation and submission to USAID.

MRRP – School Supplies Page 22 of 24

SECTION E – EVALUATION FACTORS FOR AWARD

E.1 The Government will award this Blanket Purchase Agreement (BPA) or a contract or any other suitable award type to the selected offeror whose offer conforming to the solicitation will be most advantageous to the Government. The award resulting from this solicitation, in accordance with Federal Acquisition Regulation (FAR) " FAR 15.101-2 Lowest priced technically acceptable source selection process," will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for all non-cost factors. Proposals scoring 85 or more will be considered acceptable for further consideration.

E.2 EVALUATION CRITERIA

The quotations will be evaluated according to the criteria described below. An Evaluation Committee will evaluate all proposals in accordance with the following evaluation factors:

Evaluation factor Points Delivery 25 Technical Approach 20 Financial Capability 30 Past Performance 25 Total Number of Points 100

1. Delivery [25 points]

Demonstrates the capability of completing the project within the timeframe including all aspects of safe manufacturing, transportation, safe delivery, installation, plans for correcting any errors, and approvals.

2. Technical Approach [20 points]

Demonstrates understanding the technical issues and describes sound approaches for accomplishing the tasks and deliverables, as described in sections A.2, A.2A and the A.5, based on professional qualifications and skills.

3. Financial Capability [30 points]

Demonstrate financial capability to procure and supply required items on time.

4. Past Performance [25 points]

Demonstrated institutional capability to plan and implement projects in similar settings. At least three references will be provided for relevant work performed in similar environment.

E.3 The Government reserves the right to make an award without discussions with offerors or make no award at all.

MRRP – School Supplies Page 23 of 24

Annexure 1

Swat Buner Lower Dir 1 GGMS Shakkar Dara 1 GPS Tor Warsak No.1 1 GPS Gumbatai Lal Qilla 2 GGMS Babo 2 GPS Jower No.1 Daggar 2 GPS Takatak 3 GMS‐GDU Charbagh 3 GPS Gul Bandai 3 GPS Dara Sher Khanai 4 GGMS Telegram 4 GPS Mairagai 4 GPS Atoo 5 GGMS Ningolai 5 GPS Baikhanai 5 GPS Mulyano Banda 6 GGPS Ningolai 6 GGPS Baikhanai 6 GGPS Kotkay GGCMS Kharrarrai Chum 7 Matta 7 GGPS Awanai Chagurzai 7 GPS Lamotai 8 GGPS Garhi Chuprial 8 GPS Maradu 8 GPS Dapoor 9 GGPS. Araq 9 GPS Kot Soray 9 GPS Ashrogai 10 GGPS. Shingrai. 10 GGMS Topai 10 GPS Kotkay Lal Qilla 11 GGPS. Shingrai. 11 GPS Topai 11 GPS Machine Koorona 12 GGPS. Qala 12 GMS Gul Bandai 12 GGPS Takatak 13 GPS Kota 13 GHS Gul Bandai 13 GPS Mirgam Bala 14 GGPS. Bar Qala Bishbanr 14 GCMS Moranai 15 GPS Charbagh 15 GMS Kumbar 16 GGPS‐1 Charbagh 16 GGMS Khal Colony Khal 17 GGPS Khwar Oba Bar Thana 17 GHS Shekhwlai Tormang GGHS Haya Serai 18 GPS. Ahingaro Dherai 18 Balambat 19 GPS. Hazara 19 GHS Sangolai 20 GPS. No 2 20 GHSS Zamdara 21 GPS Shakaradara Pir Kalay 22 GPS. Sher Palam 23 GGPS. Mian Mira Arkot Upper Dir 24 GPS. Bar Shawar 1 GPS Kunal 25 GPS. Gut 2 GPS Nirgah 26 GGPS. Gut Serai 3 GPS Chiragalai 27 GGPS. Gamseer Umerabad 4 GGHS Ganori 28 GGPS. Chuprial 5 GPS Chapar 29 GGPS. Detpanai 30 GGPS. Kharrirai 31 GGPS. Zangay Charbagh 32 GGPS. Qasim Nasafa 33 GGPS. Malam Jaba 34 GGPS. Toor Toot Kishawra 35 GGPS. Kishawra 36 GGPS. Mangar Kot 37 GGPS. Speny Oba 38 GGPS. Kass Khass 39 GGPS. Bishbanr 40 GGPS. Barkalay Bishband

MRRP – School Supplies Page 24 of 24

41 GGPS. Yakhtangai Aka maroof Bamikhel 42 GGPS. Jehan Abad 43 GMS Nawagai 44 GPS. Cham Bara Durashkhela 45 GGPS Painday Sakhara 46 GGPS Qayum abad 47 GGPS Lal koo Sakhra 48 GGPS Sumbat Mandor 49 GGPS Cherai Pander Kot 50 GGPS Shinkad 51 GGPS Tilligram 52 GGPS Ashar Band 53 GGPS Danai Shalpi 54 GPS Koza Bandai No.02 55 GMS Shakardara 56 GMS Alamganj 57 GGMS 58 GGPS. Ghuz patay 59 GMS. Charbagh 60 GMS Aligrama 61 GGMS Sersenai 62 GGMS. Bara Bandai 63 GGPS. Nilagram 64 GGCMS. Qala 65 GGMS. Araq 66 GGPS. Malam, Kishawara 67 GPS Shin 68 GGMS. Kishawara 69 GGMS. Bar Shawar 70 GGMS. Shinkad 71 GGPS Awesha Chuprial 72 GGPS Bala Sur Chuprail 73 GGPS Seer Tiligram 74 GGHS Tirat Qandil 75 GGHSS Mangalwar