Supply Modular Scaffolding
The Embassy of the United States of American New Delhi, India invites you to submit your competitive proposal for supply of Modular Scaffolding (PERI or equivalent), in accordance with attached Annexu... The Embassy of the United States of American New Delhi, India invites you to submit your competitive proposal for supply of Modular Scaffolding (PERI or equivalent), in accordance with attached Annexure-A (Specifications and Size); Annexure-B (FAR & DOSAR Clauses) and, Annexure-C (Representation and Certifications). Size of Scaffolding: 92m (L) x 2m (W) x 30m (H) {modular} Please submit your quote via email at newdelhibids@state.gov, no later than 1700 hours on September 20, 2021. Offers submitted on any other e-mail shall not be considered for further evaluation. Please ensure the offered Scaffolding meet the salient specifications as described in Annexure-A containing specifications. The offerors shall insert their prices in the attached Solicitation Document. Offshore Vendors-Price Basis: CIF (cost+insurance+freight) and Inland Haulage charges, all paid up to Indian Customs, Inland Container Depot (ICD) Tuglakabad in New Delhi. Custom clearance from (ICD) Tuglakabad in New Delhi and onward freight in Embassy’s scope. Local Vendors-Price Basis: Cost + Freight + Unloading charges for material delivered at U.S. Embassy, Chanakyapuri, New Delhi. NOTE: Offeror must quote a brand / make which has presence in India and company can provide after sales services / training / installation supervision services at New Delhi, India. INSTRUCTIONS TO OFFEROR 1. PRICING All local offers must be in Indian Rupees (INR). All overseas offers must be in United States Dollars (USD $). Freight, Insurance, and Inland Haulage charges, all paid up to Indian Customs, Inland Container Depot (ICD) Tuglakabad in New Delhi, India. Custom clearance and onward freight in Embassy’s scope. The offerors quoting in USD shall quote prices without the customs duties and/or taxes normally charged by the Government of India. The US Embassy in New Delhi will obtain the necessary customs and tax exemption documents and arrange for duty free clearance of the goods imported into India. This is a firm fixed price type of contract. The prices listed above shall include all expenses such as labor, materials, overhead, profit, insurance (see FAR 52.228-4 and 52.228-5), and transportation necessary for supply and installation of the required items to the U.S. Embassy New Delhi, India. No additional sums will be payable on account of any escalation in the cost of materials, equipment, or labor, or because of the contractor's failure to properly estimate or accurately predict the prices or difficulty of achieving the results required by this purchase order. Nor will the purchase order price be adjusted on account of fluctuations in the currency exchange rates. For the evaluation purpose the Government will evaluate offers by converting the Foreign / INR currency to United States currency using the exchange rate used by the Embassy in effect as follows: (1) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (2) For acquisitions conducted using negotiation procedures: (a) On the date specified for receipt of offers if award is based on initial offers; otherwise; (b) On the date specified for receipt of proposal revisions. To enable the U.S. Government to claim GST refunds, the local offeror shall indicate GST separately. If GST is indicated separately, the contractor shall furnish tax invoices in accordance with New Delhi GST regulations. GST registered vendors must print the Embassy’s UIN: 0717USA00138UNS on their invoice otherwise their invoice shall be rejected by the Embassy. 2. EACH OFFER MUST CONSIST OF THE FOLLOWING Price Section Representation and Certifications. Technical catalogue/specifications/Data sheet and pictures of the offered Scaffolding. Details of warranty provisions in India. (Offeror must quote a brand / make which has presence in India and company can provide after sales services / training / installation supervision services at New Delhi, India) Offeror must submit past 3 years list of clients (with contact details) to whom similar items have been supplied. Evidence (supporting documents) in support of Evaluation Factors para 4. For the proposed Scaffolding, the offeror shall submit with their offer a detailed matrix indicating that the specifications of the offered items are in compliance with the required minimum specifications set forth in this RFQ. NOTE: Offers missing above documents / information as per solicitation requirement shall not be considered for technical evaluation. 3. DUNS, NCAGE and SAM REGISTRATION This solicitation requires registration with System for Award Management (SAM) prior to the award, pursuant to applicable regulations and guidelines. Registration information can be found at www.SAM.gov For registering with SAM, you would first need DUNS number and NCAGE number. Please get these numbers and then start SAM registration. For DUNS number please click on the link - http://fedgov.dnb.com/webform For NCAGE number please click on the link - https://eportal.nspa.nato.int/ac135public/scage/cagelist.aspx 4. EVALUATION FACTORS 4.1 Award will be made to the lowest priced, technically acceptable, responsible offeror. We intend to award based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. 4.2 The Government reserves the right to reject proposals that are unreasonably low or high in price. 4.3 The Government will determine acceptability by assessing the offeror's Compliance with Specifications and the terms of the RFQ. 4.4 The Government will determine contractor responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1, including: adequate financial resources or the ability to obtain them; ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments; satisfactory record of integrity and business ethics; necessary organization, experience, and skills or the ability to obtain them; necessary equipment and facilities or the ability to obtain them; and be otherwise qualified and eligible to receive an award under applicable laws and regulations. 4.5 The Government will use past performance information primarily to assess an offeror’s capability to meet the solicitation performance requirements, including the relevance and successful performance of the offeror’s work experience. The Government may also use this data to evaluate the credibility of the offeror’s proposal. In addition, the Contracting Officer may use past performance information in making a determination of responsibility. 4.6 The U.S. Government intends to award contract to the responsible company submitting an acceptable quotation at the lowest price. 5. PAYMENT 5.1 The payment(s) to the Contractor shall be made through EFT within 30 days after satisfactory inspection and acceptance of the material at Embassy and submission of legitimate invoice to Financial Management Center (FMC). 5.2 Invoices should be submitted via email to MissionIndiaPayments@state.gov with the Purchase Order number in the subject line. Invoices sent in physical copy or to other email addresses will delay payment. It is not necessary to send duplicate invoices. 5.3 Invoices from Indian businesses must be a proper GST Invoice. 5.4 Partial payment is authorized. The offer should be submitted electronically no later than 1700 hours local India time by/before September 20, 2021, at – Newdelhibids@state.gov with subject line “RFQ Number 191N6521Q0111 for supply of Scaffolding”.
Data sourced from SAM.gov.
View Official Posting »