RFQ to Supply of 2 SERVERS, related Hardware and Software At Chemonics
Website :
683 Days Ago
Linkedid Twitter Share on facebook
RFQ to Supply of 2 SERVERS, related Hardware and Software
Request for Quotations (RFQ)
RFQ Number: GHSC-PSM-0042
Issuance Date: August 18, 2022
Deadline for Offers: 17:00 Kigali time on August 26, 2022
Description: Supply of 2 SERVERS, related Hardware and Software
For: USAID Global Health Supply Chain Program - Procurement and Supply Management (GHSC-PSM) project

Funded By: United States Agency for International Development (USAID),
Contract No. AID-OAA-I-15-00004; Task Order 1 no. AID-OAA-TO-15-00007; Task Order 2 no. AID-OAA-TO-15-00009; Task Order 3 no. AID-OAA-TO-15- 00010
Implemented By: Chemonics International Inc.
Point of Contact: PSM Rwanda Operations, operationprocurement@ghsc-psm.org

***** Ethical And Business Conduct Requirements *****
Chemonics is committed to integrity in procurement, and only selects suppliers based on objective business criteria such as price and technical merit. Chemonics expects suppliers to comply with our Standards of Business Conduct, available at https://www.chemonics.com/our-approach/standards-business-conduct/.
Chemonics does not tolerate fraud, collusion among offerors, falsified proposals/bids, bribery, or kickbacks. Any firm or individual violating these standards will be disqualified from this procurement, barred from future procurement opportunities, and may be reported to both USAID and the Office of the Inspector General.

Employees and agents of Chemonics are strictly prohibited from asking for or accepting any money, fee, commission, credit, gift, gratuity, object of value or compensation from current or potential vendors or suppliers in exchange for or as a reward for business. Employees and agents engaging in this conduct are subject to termination and will be reported to USAID and the Office of the Inspector General. In addition, Chemonics will inform USAID and the Office of the Inspector General of any supplier offers of money, fee, commission, credit, gift, gratuity, object of value, or compensation to obtain business.
Offerors responding to this RFQ must include the following as part of the proposal submission:
• Disclose any close, familial, or financial relationships with Chemonics or project staff. For example, if an offeror’s cousin is employed by the project, the offeror must state this.
• Disclose any family or financial relationship with other offerors submitting proposals. For example, if the offeror’s father owns a company that is submitting another proposal, the offeror must state this.
• Certify that the prices in the offer have been arrived at independently, without any consultation, communication, or agreement with any other offeror or competitor for the purpose of restricting competition.
• Certify that all information in the proposal and all supporting documentation are authentic and accurate.
• Certify understanding and agreement to Chemonics’ prohibitions against fraud, bribery and kickbacks.
Please contact Mrs. Inès K. Gege Buki Country Director IBuki@ghsc-psm.org with any questions or concerns regarding the above information or to report any potential violations. Potential violations may also be reported directly to Chemonics’ Washington office through the contact information listed on the website found at the hyperlink above.

Similar Jobs in Rwanda
Learn more about Chemonics International Inc.
Chemonics International Inc. jobs in Rwanda

Section 1: Instructions to Offerors
Introduction: The USAID Global Health Supply Chain Program–Procurement and Supply Management (GHSC-PSM) Project is a USAID program implemented by Chemonics International in Rwanda. The goal of the GHSC-PSM in Rwanda is to support the government of Rwanda through MOH to ensure uninterrupted supplies and good management of health commodities at all levels of supply chain system. As part of project activities, the GHSC-PSM requires the purchase of 2 SERVERS, hardware and Software as part of the Data warehouse infrastructure that will host e-LMIS data in Rwanda. The purpose of this RFQ is to solicit quotations for these items.

Offerors are responsible for ensuring that their offers are received by Chemonics in accordance with the instructions, terms, and conditions described in this RFQ. Failure to adhere with instructions described in this RFQ may lead to disqualification of an offer from consideration.
Offer Deadline and Protocol: Offers must be received no later than17:00 local Kigali time on August 26, 2022 by email. All offers must be emailed to operationprocurement@ghsc-psm.org .
Please reference the RFQ number in any response to this RFQ. Offers received after the specified time and date will be considered late and will be considered only at the discretion of Chemonics.
Questions: Questions regarding the technical or administrative requirements of this RFQ may be submitted no later than 02:00 PM local Kigali time on August 24, 2022 by email to operationprocurement@ghsc-psm.org . Questions must be submitted in writing; phone calls will not be accepted. Questions and requests for clarification—and the responses thereto—that Chemonics believes may be of interest to other offerors will be circulated to all RFQ recipients who have indicated an interest in bidding.

Only the written answers issued by Chemonics will be considered official and carry weight in the RFQ process and subsequent evaluation. Any verbal information received from employees of Chemonics or any other entity should not be considered as an official response to any questions regarding this RFQ.
Specifications: Section 3 contains the technical specifications of the required items. All commodities offered in response to this RFQ must be new and unused. In addition, all electrical commodities must operate on 240V, 50Hz.
Please note that, unless otherwise indicated, stated brand names or models are for illustrative description only. An equivalent substitute, as determined by the specifications, is acceptable.

Quotations: Quotations in response to this RFQ must be priced on a fixed-price, all-inclusive basis, including delivery and all other costs. Pricing must be presented in Rwandan Francs (Rwf). Offers must remain valid for not less than sixty (60) calendar days after the offer deadline. Offerors are requested to provide quotations on their official quotation format or letterhead; in the event this is not possible, offerors may complete the table in Section 3.
In addition, offerors responding to this RFQ are requested to submit the following:
• Organizations responding to this RFQ are requested to submit a copy of their official registration or business license.
• Individuals responding to this RFQ are requested to submit a copy of their identification card.

Delivery: The delivery location for the items described in this RFQ is RMS Rwanda Medical Supply’s office at Kacyiru, Kigali Rwanda. As part of its response to this RFQ, each offeror is expected to provide the delivery timeframe (after receipt of order) in terms of calendar days. The delivery timeframe presented in an offer in response to this RFQ must be upheld in the performance of any resulting contract.

Source/Nationality/Manufacture: All goods and services offered in response to this RFQ or supplied under any resulting award must meet USAID Geographic Code 935 in accordance with the United States Code of Federal Regulations (CFR), 22 CFR §228. The cooperating country for this RFQ is Rwanda.
Offerors may not offer or supply any commodities or services that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Cuba, Iran, North Korea, Syria.

Any and all items that are made by Huawei Technology Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikivision Digital Technology Company, Dahua Technology Company will not be accepted. If quotes include items from these entities please note that they will be deemed not technically responsive, and excluded from competition.”

Warranty: Warranty service and repair within the cooperating country is required for all commodities under this RFQ. The warranty coverage must be valid on all commodities for a minimum of thirty-six (36) months after delivery and acceptance of the commodities, unless otherwise specified in the technical specifications. At the time that any commodity is transferred to the Government of Rwanda, the Rwanda Biomedical Center (RBC), or another entity within the cooperating country, all rights to warranty support and service shall be transferred with the commodity to that entity’s end-user.

Taxes and VAT: In accordance with the agreement under which this procurement is financed, Chemonics will be reimbursed by the Cooperating Country government for taxes imposed on suppliers and subcontractors. Therefore, offerors must include taxes, VAT, charges, tariffs, duties and levies in accordance with the laws of the Cooperating Country. If selected for award, the selected supplier will cooperate in providing Chemonics with the documentation necessary to obtain tax reimbursement.

DUNS Number: Companies or organizations, whether for-profit or non-profit, shall be requested to provide a Data Universal Numbering System (DUNS) number if selected to receive an award in response to this RFQ valued greater than or equal to USD$30,000 (or equivalent in other currency). If the Offeror does not have a DUNS number and is unable to obtain one before proposal submission deadline, Offeror shall include a statement noting their intention to register for a DUNS number should it be selected as the successful offeror or explaining why registration for a DUNS number is not possible. Contact Dun & Bradstreet through this webform to obtain a number: https://fedgov.dnb.com/webform. Further guidance on obtaining a DUNS number is available from Chemonics upon request.
Eligibility: By submitting an offer in response to this RFQ, the offeror certifies that it and its principal officers are not debarred, suspended, or otherwise considered ineligible for an award by the U.S. Government. Chemonics will not award a contract to any firm that is debarred, suspended, or considered to be ineligible by the U.S. Government.

Evaluation and Award: The award will be made to a responsible offeror whose offer follows the RFQ instructions, meets the eligibility requirements, and is determined via a trade-off analysis to be the best value based on application of the following evaluation criteria. The relative importance of each individual criterion is indicated by the number of points below:
• Technical – 30 points: Responsiveness to the technical specifications and requirements.
• Delivery – 10 points: The speed of delivery.
• After-Sales Service – 20 points: The ability for the offeror to provide after-sales services, including warranty and routine maintenance, particularly in the areas outside of the capital city. Service center(s) will be evaluated on ability to be equipped with tools, staffed with technical personnel, and stocked with spare parts for after-sales service.
• Price – 40 points: The overall cost presented in the offer.
Please note that if there are significant deficiencies regarding responsiveness to the requirements of this RFQ, an offer may be deemed “non-responsive” and thereby disqualified from consideration. Chemonics reserves the right to waive immaterial deficiencies at its discretion.
Best-offer quotations are requested. It is anticipated that award will be made solely on the basis of these original quotations. However, Chemonics reserves the right to conduct any of the following:
• Chemonics may conduct negotiations with and/or request clarifications from any offeror prior to award.
• While preference will be given to offerors who can address the full technical requirements of this RFQ, Chemonics may issue a partial award or split the award among various suppliers, if in the best interest of the GHSC-PSM Project.
• Chemonics may cancel this RFQ at any time.
Please note that in submitting a response to this RFQ, the offeror understands that USAID is not a party to this solicitation and the offeror agrees that any protest hereunder must be presented—in writing with full explanations—to the GHSC-PSM Project for consideration, as USAID will not consider protests regarding procurements carried out by implementing partners. Chemonics, at its sole discretion, will make a final decision on the protest for this procurement.
Terms and Conditions: This is a Request for Quotations only. Issuance of this RFQ does not in any way obligate Chemonics, the GHSC-PSM Project, or USAID to make an award or pay for costs incurred by potential offerors in the preparation and submission of an offer.
This solicitation is subject to Chemonics’ standard terms and conditions. Any resultant award will be governed by these terms and conditions; a copy of the full terms and conditions is available upon request. Please note the following terms and conditions will apply:

• Chemonics’ standard payment terms are net 30 days after receipt and acceptance of any commodities or deliverables. Payment will only be issued to the entity submitting the offer in response to this RFQ and identified in the resulting award; payment will not be issued to a third party.
1. Any award resulting from this RFQ will be firm fixed price, in the form of a purchase order.
2. No commodities or services may be supplied that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Cuba, Iran, North Korea, Syria.
3. Any international air or ocean transportation or shipping carried out under any award resulting from this RFQ must take place on U.S.-flag carriers/vessels.
4. United States law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. The supplier under any award resulting from this RFQ must ensure compliance with these laws.
5. The title to any goods supplied under any award resulting from this RFQ shall pass to Chemonics following delivery and acceptance of the goods by Chemonics. Risk of loss, injury, or destruction of the goods shall be borne by the offeror until title passes to Chemonics.
Section 2: Offer Checklist

To assist offerors in preparation of proposals, the following checklist summarizes the documentation to include an offer in response to this RFQ:
• Cover letter, signed by an authorized representative of the offeror (see Section 4 for template)
• Official quotation, including specifications of offered equipment (see Section 3 for example format)
• Federal Funding Accountability And Transparency Act (FFATA) Subaward Reporting Questionnaire, signed by an authorized representative of the offeror (see Section 5 for questionnaire)
• Copy of offeror’s registration or business license (see Section 1.5 for more details)
Section 3: Specifications and Technical Requirements
The table below contains the technical requirements of the commodities/services. Offerors are requested to provide quotations containing the information below on official letterhead or official quotation format. In the event this is not possible, offerors may complete this Section 3 and submit a signed/stamped version to Chemonics.
Server
Description and Specifications Qty Items and Specifications Offered Unit Price Francs Total Price Francs
SERVER 2
DELL PowerEdge R750 Rack Server or equivalent
Front storage: 2.5" Chassis with up to 16 SAS/SATA Drives, 2 CPU
Processor x (2): Intel® Xeon® Gold 6354 3G, 18C/36T, 11.2GT/s, 39M Cache, Turbo, HT (205W) DDR4-3200
Trusted Platform Module: Trusted Platform Module 2.0 V3
Memory DIMM Type and Speed: 3200MT/s RDIMMs
Memory Required: 1TB RDIMM, 3200MT/s, Dual Rank
RAID Controller: Front PERC H745 Rear Load
Hard Drive Required: 32TB SSD.
(Consider hard drives matching Type/Speed/Capacity)
Embedded NIC: 2 x 1 GbE LOM
Network Daughter Card: Broadcom 57414 Dual Port 10/25GbE SFP28, OCP NIC 3.0
Fans: 6 Very High-Performance Fan x6
Power Supply: 2 Power supplies -Dual, Hot-Plug, Fully Redundant Power Supply (1+1), 2400W, Mixed Mode
Power cords: Rack Power Cord 2M (C13/C14 10A)
Embedded Systems Management: iDRAC9, Express 15G
Bezel: PowerEdge 2U LCD Bezel
Rack Rails: ReadyRails™ Sliding Rails with Cable Management Arm
Subtotal:
Other Costs (Describe: ______________________) :
GRAND TOTAL in RWF:
Operating System
Description and Specifications Qty Items and Specifications Offered Unit Price Francs Total Price Francs
2

Operating System (OS): Windows Server® 2019 Standard – licences for the above 2 servers


Subtotal:
Other Costs (Describe: ______________________) :
GRAND TOTAL in RWF:
Delivery time (after receipt of order): calendar days
Length of warranty on offered equipment: years/months
Location of service center(s) for after-sales service, including warranty repair:

Section 4: Offer Cover Letter
The following cover letter must be placed on letterhead and completed/signed/stamped by a representative authorized to sign on behalf of the offeror:
To: GHSC-PSM Project
Kigali, Rwanda
Reference: RFQ No. GHSC-PSM-0042

To Whom It May Concern:
We, the undersigned, hereby provide the attached offer to perform all work required to complete the activities and requirements as described in the above-referenced RFQ. Please find our offer attached.
We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced RFQ. We further certify that the below-named firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFQ—are eligible to participate in this procurement under the terms of this solicitation and under USAID regulations.
Furthermore, we hereby certify that, to the best of our knowledge and belief:
• We have no close, familial, or financial relationships with any Chemonics or GHSC-PSM project staff members;
• We have no close, familial, or financial relationships with any other offerors submitting proposals in response to the above-referenced RFQ; and
• The prices in our offer have been arrived at independently, without any consultation, communication, or agreement with any other offeror or competitor for the purpose of restricting competition.
• All information in our proposal and all supporting documentation is authentic and accurate.
• We understand and agree to Chemonics’ prohibitions against fraud, bribery, and kickbacks.

We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete.
Authorized Signature:
Name and Title of Signatory:
Date:
Company Name:
Company Address:
Company Telephone and Website:
Company Registration or Taxpayer ID Number:
Company DUNS Number:
Does the company have an active bank account (Yes/No)?
Official name associated with bank account (for payment):

Section 5: Federal Funding Accountability And Transparency Act (FFATA) Subaward Reporting Questionnaire
If the offeror is selected for an award valued at $30,000 or above, and is not exempted based on a negative response to Section 3(a) below, any first-tier subaward to the organization may be reported and made public through FSRS.gov in accordance with The Transparency Acts of 2006 and 2008. Therefore, in accordance with FAR 52.240-10 and 2CFR Part170, if the offeror positively certifies below in Sections 3.a and 3.b and negatively certifies in Sections 3.c and 3.d, the offeror will be required to disclose to Chemonics for reporting in accordance with the regulations, the names and total compensation of the organization’s five most highly compensated executives. By submitting this quotation, the offeror agrees to comply with this requirement as applicable if selected for a subaward.
In accordance with those Acts and to determine applicable reporting requirements, Company Name certifies as follows:
1. In the previous tax year, was your company’s gross income from all sources above $300,000?
☐ Yes ☐ No
1. In your business or organization's preceding completed fiscal year, did your business or organization (the legal entity to which the DUNS number belongs) receive (1) 80 percent or more of its annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements?:
☐ Yes ☐ No
1. Does the public have access to information about the compensation of the executives in your business or organization (the legal entity to which the DUNS number it provided belongs) through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986? (FFATA § 2(b)(1)):
☐ Yes ☐ No
1. Does your business or organization maintain an active registration in the System for Award Management (www.SAM.gov)?
☐ Yes ☐ No
I hereby certify that the above statements are true and accurate, to the best of my knowledge.
Authorized Signature:
Name and Title of Signatory:
Date:
Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job: 24 August 2022
Duty Station: Kigali
Posted: 19-08-2022
No of Jobs: 1
Start Publishing: 19-08-2022
Stop Publishing (Put date of 2030): 19-08-2056
Apply Now
Notification Board

Join a Focused Community on job search to uncover both advertised and non-advertised jobs that you may not be aware of. A jobs WhatsApp Group Community can ensure that you know the opportunities happening around you and a jobs Facebook Group Community provides an opportunity to discuss with employers who need to fill urgent position. Click the links to join. You can view previously sent Email Alerts here incase you missed them and Subscribe so that you never miss out.

Caution: Never Pay Money in a Recruitment Process.

Some smart scams can trick you into paying for Psychometric Tests.