Request for Quotation (RFQ)

RFQ # 3569-025-Tam-02

Tamweelcom Mobile Branch

Customized Bus / Mobile Office

USAID LOCAL ENTERPRISE SUPPORT PROJECT (USAID LENS)

RFQ Issue Date: November 17, 2015

Date Questions Due: November 30, 2015 - Submission of questions or requests for clarification in writing via email to

Deadline for Quotations: December 10, 2015 – Submission of quotations are due via email to . Emailed submissions must contain the subject line “Tamweelcom Mobile Branch”.

Submit Bid to:

FHI 360 on behalf of USAID will purchase a customized mobile banking bus to serve as a Mobile Branch for Tamweelcom, a Jordanian microfinance institution that currently serves more than 70,000 clients through providing micro loans and other financial services to micro and small businesses in Jordan.

FHI 360 is soliciting bids from qualified suppliers to design and customize a bus to serve as a mobile banking office in Jordan. Desired specifications are contained herein.

Project Background

The USAID Jordan Local Enterprise Support Project (USAID LENS) is a five-year project to encourage the long-term economic growth and development potential of underserved Jordanian communities. USAID LENS will sponsor a customized bus to house the Tamweelcom Mobile Branch office, where Tamweelcom will be dispatching the bus equipped with staff to provide mobile banking services to underserved communities in Jordan. This is consistent with the objective of the USAID LENS project to increase access to finance for the start-up of small businesses in targeted communities. The mobile branch unit will be registered to Tamweelcom.

Description

The customized bus will be used to house the Tamweelcom Mobile Branch office, which will be equipped with six employees to include: one customer service representative, one cashier, two loan officers, one branch manager, and one driver. The bus will serve as a mobile banking branch, allowing clients to open accounts, make payments, receive disbursements, and receive financial information, etc. The bus may also have an area for miscellaneous community services.

General Specifications

The following general specifications should be used when designing the bus floor plan and layout:

Exterior design of the bus should accommodate the following:

·  Approximate Dimensions for the bus is as follows: length in the range of 12,000 cm, width in the range of 2,500 cm and height of 3,220 cm.

·  The bus must be low entry to accommodate handicapped accessibility.

Interior design of the bus should accommodate the following:

·  Customers will enter through the back door of the bus and exit through the front of the bus.

·  A customer service desk and seating for a minimum six customers will be located near the entrance.

·  A TV monitor will be installed near the customer waiting area for training videos. TV monitor should be approximately 40 in/101.6 cm - 2 HDMI in/outputs.

·  The bus should contain a small restroom.

·  The bus should contain a small kitchenette with a sink and microwave.

·  The bus should contain 4 separate office areas for a teller, two loan officers, and a branch manager.

·  The branch manager’s office will contain a safe.

·  The bus should contain a storage area large enough to store a portable table and chairs and canopy for outdoor use (portable table, chairs, and canopy will be purchased by USAID LENS separately and should not be included in the price schedule).

Security features minimum requirements include:

·  Four security cameras: one mounted on each outside bus corner

·  Four security cameras mounted on the inside of the bus

·  Digital video recorder with monitor. Video will record up to 15 days.

·  Security hard points will be at the front and back doors

·  Outside motion detection lights

Power source minimum requirements include:

·  Triple redundancy power capabilities

·  Shore power

·  50 amp / 20 kw generator with inverter

·  Maintenance-free gel pack battery system

Communication:

·  May use VoIP and/or mobile phones. Dependent on the ISP selected

·  May have a hybrid phone system integrating land, cellular and satellite capabilities. Dependent on ISP selected.

·  Network for phone / data / VPN. (e.g. Cisco Meraki Model MX64W for firewall & wireless access)

Network should be able to support up to 5 laptops and 3 printers (laptops and printers will be purchased by USAID LENS separately and should not be included in the price schedule).

Proposal Format

·  Modifications or deviations to the specifications can be made based on the experience of the offeror, with an explanation as to why these deviations would provide better value.

·  Annex I and Annex II must be submitted with the bid package. Reference Annex III for details that must be contained in the bid package.

·  Quotation should be in English.

·  Provide the full legal name, address, telephone, and fax number of the organization submitting the proposal, as well as the date of submission.

·  Prices should include applicable customs and sales tax. These costs should be itemized.

·  The USAID LENS Project has tax exempt status in the country of Jordan. For items procured in Jordan, a formal confirmation letterfrom the Sales Tax Department certifying FHI 360/USAID LENS's legal statute exempt from Sales Tax will be provided to the supplier prior to delivery to ensure the sales tax exempt status applies to this procurement.

·  Bids should remain valid for ninety (90) calendar days.

Basis for Award of Contract

A fixed price Purchase Order is expected to be awarded to the responsible offeror whose quotation is most advantageous in accordance with the evaluation criteria above.

The criteria for award will be based on “best value”, which includes the following criteria:

Total cost, customized bus design, serviceability in Jordan, delivery time, warranty.

v  Reserved Rights

All RFQ responses become the property of FHI 360 and FHI 360 reserves the right in its sole discretion to:

·  To disqualify any offer based on vendor failure to follow solicitation instructions.

·  FHI 360 reserves the right to waive any deviations by vendors from the requirements of this solicitation that in FHI 360's opinion are considered not to be material defects requiring rejection or disqualification; or where such a waiver will promote increased competition.

·  Extend the time for submission of all RFQ responses after notification to all vendors.

·  Terminate or modify the RFQ process at any time and re-issue the RFQ to whomever FHI 360 deems appropriate.

·  FHI 360 reserves the right to issue an award based on the initial evaluation of offers without discussion.

·  Award only part of the activities in the solicitation or issue multiple awards based on solicitation activities.

·  FHI 360 will not compensate vendors for preparation of their response to this RFQ.

·  Issuing this RFQ is not a guarantee that FHI 360 will award a purchase order.

·  FHI 360 may choose to award a purchase order to more than one vendor for specific parts of the activities in the RFQ.

Certification of Independent Price Determination

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, including but not limited to subsidiaries or other entities in which offeror has any ownership or other interests, or any 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, including but not limited to subsidiaries or other entities in which offeror has any ownership or other interests, or any competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated or competitive 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 or individual to submit or not to submit an offer for the purpose of restricting competition or influencing the competitive environment.

(a)  Each signature on the offer is considered to be a certification by the signatory that the signatory—

(1)  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 (a)(1) through (a)(3) above; or

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

(ii) As an authorized agent, does certify that the principals of the offeror have not participated,

and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and

(iii) As an agent, has not personally participated, and will not participate, in any action contrary to

subparagraphs (a)(1) through (a)(3) above.

(b)  Offeror understands and agrees that:

(1)  violation of this certification will result in immediate disqualification from this solicitation without recourse and may result in disqualification from future solicitations; and

(2)  Discovery of any violation after award to the offeror will result in the termination of the award for default.

Terms and Conditions / GENERAL TERMS AND CONDITIONS: PURCHASE ORDER/SUBCONTRACT UNDER ASSISTANCE AWARDS

1. Offer & Agreement: The following terms together with those on the face of this agreement, other documents as may be incorporated by reference or attached hereto, and additional terms in any Change Notice issued to this order, constitute the offer of FHI 360 to the Vendor and shall, when accepted, constitute the entire order or contract between FHI 360 and Vendor. This agreement shall be deemed to have been accepted upon Vendor’s signed acceptance on the cover of this order or commencement of performance. Any reference herein to any proposal, quotation, or other communication by Vendor shall, unless indicated to the contrary herein, be deemed to be limited to the description of the services and to be limited by the terms set forth or incorporated by reference herein.

2. Assignment; Neither party may assign this order or any benefits arising from this order without the prior written consent of the other, and, unless otherwise agreed in writing, the rights of any assignee shall be subject to all set-offs, counterclaim, and other comparable rights arising hereunder. FHI 360 shall not, except as otherwise agreed in writing by FHI 360, delegate or assign all or substantially all of on any item or service to be furnished under this agreement.

3. Proprietary Information & Confidentiality: Vendor shall consider all data, documentation, drawings, specifications software and other information furnished by FHI 360 to be confidential and proprietary and shall not disclose any such information to any other person, or use such information itself for any purpose other than that for which it was intended in completing this order, unless Vendor obtains written permission from FHI 360 to do so. Vendor agrees to execute FHI 360’s standard Non-Disclosure Agreement upon request.

4. Terms of Payment: Subject to any superseding terms on the face hereof, Vendor shall invoice FHI 360 at 1825 Connecticut Ave., NW, Washington, D.C., Attn: FHI 360 Purchase Agent and be paid upon completion/acceptance of the required supplies/services. Vendor shall be paid not later than thirty (30) days after FHI 360’s receipt of an acceptable invoice or FHI 360’s receipt of the completed products/services, together with any required documents. Drafts will not be honored.

5. Compliance with Law: Vendor’s performance of work hereunder and all products to be delivered hereunder shall be in accordance with any and all applicable executive orders, Federal, State, municipal, and local laws and ordinances, and rules, orders, requirements and regulations. Such Federal laws shall include, but not be limited to, the Fair Labor Standards Act of 1938 as amended, E.O. 11246, “Equal Opportunity,” as amended by E.O. 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR Chapter 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor”, the Copeland “Anti-Kickback” Act (18USC874 and 40USC276c and 18USC874 as supplemented by Department of Labor regulations at 29CFRpart 3, the Davis-Bacon Act, as amended (40USC276a-a7) and as supplemented by Department of Labor at 29CFRpart 5, the Contract Work Hours and Safety Standards Act (40USC327-333), and the Byrd Anti-Lobbying Amendment (31USC1352). Unless otherwise agreed, governing law shall be that of the State of Delaware.

6. Title and Risk of Loss: Title to and risk of loss of, each product and/or service to be delivered hereunder shall, unless otherwise provided herein, pass from Vendor to FHI 360 upon acceptance of such product/service by FHI 360.

7. Inspection: (a) Vendor shall work within professional standards and limitations specified on work statements, drawings and specifications covering the work and shall make such inspections as are deemed necessary to insure Vendor compliance, unless deviation there from is authorized in writing by FHI 360. (b) All shipments of materials shall be subject to final inspection by FHI 360 after receipt by FHI 360 at destination. If material supplied or work performed by Vendor is found to be defective, Vendor shall be given the opportunity to correct any deficiencies within a reasonable period of time. If correction of such work is impracticable, Vendor shall bear all risk after notice of rejection and shall, if so requested by FHI 360 and at its own expense, promptly make all necessary replacements. Vendor shall provide immediate notice to FHI 360 of any potential failure on the part of its suppliers to provide supplies/services required hereunder. Vendor is responsible for any deficiency on the part of its suppliers. VENDOR SHALL BE RESPONSIBLE FOR ANY COSTS OF REPROCUREMENT AS MAY BE NECESSARY FOR FHI 360 TO SECURE THE SUPPLIES/SERVICES AS A RESULT OF VENDOR’S INABILITY TO PERFORM THAT EXCEED THE AGREED UPON PRICE HEREIN. (d) Final inspection and acceptance by FHI 360 shall be conclusive except for latent defects, fraud, or for any rights provided by any product warranty.