2.1: Offer Deadline and Protocol: - CNFA



RFP Number:CNFA-MOA/IFAD-PREFABRICATED RICE MILLING CONSTRUCTION WORKS IN VOINJAMA & FOYA-2017-08-002Issuance Date:August 11, 2017Site Visit DatesFoya – August 17, 2017 @ 9:00am Voinjama – August 18, 2017 @ 9:00am Deadline for Questions:August 22, 2017 @ 3:00pm Deadline for Offers:August 25, 2017 @ 3:00pmDescription:Lot 1: Prefabricated Structures: Supply and Erection of Pre-Fabricated Structures, including Site clearing and LevellingLot 2: Borehole Drilling and Pump Installations Water Tower Construction Generator House Construction Toilets and Septic Tanks ConstructionFor:CNFA MOA/IFADFunded By:IFAD/MOA-PIU Implemented By:Cultivating New Frontiers in Agriculture (CNFA)Point of ContactMr. Mark T. Wilson, Sr.Procurement SpecialistCNFA’s Head OfficeCongo Town, Behind Cuttington Graduate SchoolTelephone: 231-886-592-103mwilson@cnfa- Section 1: Introduction, Background and Scope of Work1.1 Introduction: CNFA currently implements the USAID-funded Liberian Agribusiness Development Activity (LADA). The goal of LADA is to increase private-sector agricultural investment to increase the incomes of smallholder farmers (SHF). In furtherance of this goal, LADA is providing support to two agro-processors - Selma Agricultural Development Corporation (SADC) and Agriculture Infrastructure and Investment Company (AIIC) - through the acquisition of essential upgrades to their rice processing facilities. CNFA also currently holds a Memorandum of Agreement (MOA) with IFAD/MOA-PIU for Agricultural Development (IFAD), for the implementation of the “Economic Recovery of Liberian Rice Farmers in five Ebola Affected Counties” project. The Ministry of Agriculture (MOA) under this IFAD grant is providing separate funding for these needed agro-processing facilities to enable rice mills to be installed in modern structures. The goal of these activities is to complement both the USAID and IFAD project objectives and improve the capacity of large-scale rice producers in Liberia. USAID funds will not be used to fund the services specified in this RFP. Services indicated in this RFP will be funded by IFAD/MOA. Through this procurement action, CNFA intends to secure the professional services of one or more reputable companies to provide the following two groups of services: Lot 1: Prefabricated Structures: Supply and Erection of Pre-Fabricated Structures including Site clearing and Levelling;Lot 2: Borehole Drilling and Pump Installations Water Tower Construction Generator House Construction Toilets and Septic Tanks Construction1.2 Background:Collaboration between IFAD and the MOA to design a project that would increase farmers’ income resulted in developing the Rice and Cassava Value Chains in IFAD funded project counties under the Agriculture Sector Rehabilitation Project (ASRP). As part of its Ebola intervention, the Government of Japan (donor) provided through IFAD a supplementary contribution for execution of programs contained in the MOA. CNFA was selected as an implementing partner to carry out certain activities under the MOA. CNFA activities have two main objectives: Implement the construction of two modern rice processing facilities; and Provide capacity building and training to rice processors in the areas of business plan development, strategy plan development, consultancy, and sustainability FA Liberia is soliciting proposals from Liberian based and/or foreign based reputable companies to supply pre-fabricated structures, clear and level the sites where the prefabs will be erected; construct concrete floors, and erect the prefabs. Also, it is soliciting proposals to drill boreholes, and construct water tower with tanks in Voinjama and Foya Districts, Lofa County. CNFA will make two awards: Lot 1-Prefab Structures supply and erection, and Lot 2-Construction of bore holes. CNFA envisions maximum project duration of five (5) months for Lot 1: Prefab structures supply and erection; and a maximum duration of twelve (12) weeks for Lot 2: Construction of bore holes and related civil work. For each award, CNFA prefers Voinjama site to commence work first, followed immediately with Foya site. CNFA Liberia requests bidders to submit their best technical and financial offer(s) to complete the work within the timeframe specified in this Request for Proposal (RFP). Bids may be submitted for one, or for both Lots. Bids may be submitted by individual companies or consortiums. However, a single contract will be issued for Lot 1 and single contract for Lot 2.Note, that to be considered eligible for award, Offerors submitting proposals must: In the case of Liberia-based businesses, be officially licensed to do such business in Liberia, and must provide a copy of the business registration and tax clearance certificates. Failure to include these two documents will lead to disqualification of the offer, as CNFA will do business only with vendors that have satisfied Government of Liberia (GOL) requirements. Offerors outside of Liberia responding to the RFP are requested to conform to internationally acceptable procurement standards, plus are officially approved to work in Liberia. Not have been identified as a terrorist and/or be in support of any terrorist organization, whether directly or indirectly. Offerors are responsible for ensuring that the offer(s) are received by CNFA in accordance with the instructions, terms, and conditions described in this RFP. Failure to adhere to instructions described in this RFP may lead to disqualification of an offer from consideration.1.3: Scope of Work: Qualified and interested bidders are invited for site visits during the following dates and times:Foya – August 17, 2017 between the hours of 9:00am and 10:00amVoinjama – August 18, 2017 between the hours of 9:00am and 10:00amCNFA will also host a pre-bid question and answer meeting at its Monrovia office on August 21, 2017 at 2:00pm. Site visits and pre-bid meeting are intended to provide bidders with information needed to determine the work requirements, and to develop their technical proposal, financial offer, and bill of quantities needed for the work. In response to this RFP, bidders are expected to submit:1- The Technical Proposal: The Offeror shall provide a technical proposal in compliance with Annex 3- Scope of Work and Technical Specifications; and the illustrative site plans at the end of this RFP.2- The Cost Proposal: The Offeror shall provide a cost proposal in compliance with Annex 4- Cost proposal and Bills of Quantities. The prices submitted in the Bill of Quantities and cost proposal shall include all labor, materials, shipping, freight and transport insurance, clearing, transport, travel, accommodation, and per diem for staffs, overhead, profit, taxes and other imposts. A separate cost proposal must be submitted for the two lots for each location.3- The Work Plan and Time Table: The Offerors shall provide a work plan and task network diagram or bar chart indicating the activities and the time required from the start up, through completion. The Offerors shall also provide a deliverables schedule in accordance with the format in Section 1.5 – Deliverables Schedule, below.4 – Past Performance Information:Interested Offerors must include the following information in their application(s): 1. Verifiable and demonstrated competence and quality control mechanism of the Offeror, and overall qualifications and ability to successfully fulfill the requirements of this RFP.2. Organization Overview:Provide three client references with detailed contact information that your company has worked with during the past three years to complete similar work.Give a brief, general overview to demonstrate the Offeror’s overall qualifications to fulfill the requirements of this RFP.Attach profile of all key personnel/supervisors and indicate which will directly supervise construction work on site.1.3: Anticipated Period of Performance: Lot 1 – All works must be completed on or before December 22, 2017; Lot 2 – All works must be completed on or before November 20, 2017.1.4: Deliverables: It is expected that at the end of the project period the following results will be achieved at a site in Voinjama and Foya, taking into consideration all assumptions of the project:Fully assembled prefabricated structure;Cleared and leveled sites;Reinforced concrete slab floor for pre-fabricated structure;Borehole including installation of a submersible pumps and piping; Water tower with tank;Generator room; andToilet facilities.1.5: Deliverables ScheduleThe successful offeror shall submit the deliverables described above in accordance with a realistic deliverables schedule, as defined by the offeror, and outlined below: Deliverable NumberDeliverable NameDue/Completion DateVoinjamaFoya1Supply of the prefab structures (delivery to Monrovia)2Cleared and leveled prefab structure’s sites3Reinforced concrete slab floor for pre-fabricated structure4Fully assembled prefabricated structure with electrical, water and all other related connections5Borehole including installation of a submersible pump and piping6Water tower with tank7Generator room8Toilet FacilitiesThe Offerors shall also provide a work plan and task network diagram or bar chart indicating the activities and the time required from the start up through completion.Section 2: Instructions to Offerors2.1: Offer Deadline and Protocol: Offers must be received no later than 3:00pm, local time, on Friday 25 August 2017. Offers may be submitted by either email or hard copy submissions. If by email, any emailed offers must be mailed to mwilson@cnfa- and copied to pbowen@. If by hard copy, deliveries must be made to the CNFA LADA’s head office. Any hard copy deliveries must be stamped and signed by the offeror’s authorized representative and delivered to the CNFA LADA’s head office located in Congo Town, Tubman Boulevard, behind Cuttington Graduate School.Please reference the RFP number in any response to this RFP in the following manner: All hard copies should have the RFP number on the back of the envelope and all electronic copies (email) should have the RFP number in the subject line. Offers received after the specified time and date will be considered late and will be considered only at the discretion of CNFA. The cover page of this solicitation summarizes the important dates of the solicitation process. Offerors must strictly follow the provided deadlines to be considered for award. 2.2: Questions: Questions regarding the technical or administrative requirements of this RFP may be submitted no later than Tuesday, August 22, 2017, @ 3:00pm local time to Mark T. Wilson, Sr. at mwilson@cnfa- . Questions must be submitted in writing; phone calls will not be accepted. Questions and requests for clarification—and the responses thereto—that CNFA 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 CNFA will be considered official and carry weight in the RFP process and subsequent evaluation. Any verbal information received from employees of CNFA or any other entity should not be considered as an official response to any questions regarding this RFP.2.3 Evaluation and Award: The award will be made to an offeror whose offer follows the RFP instructions, meets the eligibility requirements, and is determined via a trade-off analysis to be the best value based on application of the below evaluation criteria. Best value determination will consider both technical and financial proposals, i.e., the best approach and anticipated results in combination with reasonable cost. Proposed costs must reflect and clearly match the degree of sophistication of the technical approach. Description of the evaluation criteria:1. Experience and Past Performance (30 points)Provide the names and contact information of three references your firm has implemented projects for in the last three years. Verifiable and proven track records. Demonstrable records of past works done, years in business as well images and references of works in similar size to those specified in the RFP. 2. Cost Requirements (30 points)Provide a separate cost proposal for Lot 1 and Lot 2 in accordance with Annex 4. Offerors are welcome to add more details and comments to the Bill of Quantity template in Annex 4, however, any changes in the design that lead to a change in the Bill of Quantity will need to be highlighted and explained.Propose payment terms (installments) based on key deliverables to be achieved within specified periods.Provide prices that are realistic to the specified works, labor, transportation, etc.3. Management Personnel and Resources (20 points)Offerors are requested to submit a Company Capabilities Statement. The documents submitted should provide:A comprehensive discussion of the Offeror’s capabilities, experiences, resources, support and any current/recent experience for conducting similar scopes of work as described above. Insert specifics, such as insurance information, warranties, guarantees, etc.List the names and resume of full time staff employed to perform the task(s), CVs of the key personnel who will be in charge of the project should the bidder win the bid.Demonstrate satisfactory record of performance history and business ethics.Demonstrate adequate management and financial resources.Authority to seek references from the offeror’s bankers4. Delivery/Completion Time (20 points)Offerors are expected to submit reasonable and sound delivery steps and time which will be reflected in the submitted Gant chart. Note that payments will be made upon completing key deliverables based on terms and conditions of the final award. Evaluation CriteriaCriteria DescriptionMaximum PointsTechnical Criteria 1Experience and Past Performance30 PointsTechnical Criteria 2Cost Proposal30 PointsTechnical Criteria 3Management Personnel and Resources 20 pointsTechnical Criteria 4Delivery/Completion times20 PointsTotal Points – TOTAL OFFER POINTS100 pointsBest-offer proposals are requested. It is anticipated that award will be made solely on the basis of these original proposals. However, CNFA reserves the right to conduct any of the following:CNFA 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 RFP, CNFA may issue a partial award or split the award among various suppliers, if it is in the best interest of CNFA; CNFA may partially or fully cancel this RFP at any FA anticipates awarding a fixed price contract to the successful offeror. CNFA reserves the right of signing more than one contract for part of the RFP.2.4 Cost Proposal: Pricing must be presented in United States Dollars. Offers must remain valid for not less than 30 calendar days after the offer deadline. Offerors are requested to provide offers on official letterhead in accordance with the table and the bills of quantities provided in Annex #4.2.5 Proposal Format Instructions: All proposals must be formatted in accordance with the below requirements:English language onlyInclude the individual/agency/organization name, date, RFP number, and page numbers as a header or footer throughout the document. The Technical Proposal must be in compliance with Annex 3- Technical specifications and the site plans at the end of the RFP. The Cost Proposal must be in the format and the Bills of Quantities provided in Annex #4.A full proposal will include the following documents:A proposal offer checklist (Annex #1).A cover letter on company letterhead, signed by an authorized representative of the offeror (Annex #2).A complete Technical Proposal in response to the evaluation criteria in Section 2.3 and in Compliance with the technical specifications in Annex #3 and the site plans at the end of the RFP. The technical proposal should include a work plan and task network diagram or bar chart indicating the activities and the time required from the start-up through completion. The technical proposal should also provide a deliverables schedule in accordance with the format in Section 1.5, Deliverables Schedule. A complete Cost Proposal in response to the terms of Section 2.4, the evaluation criteria in Section 2.3, and in the format and the bills of quantities provided in Annex #4. The bill of quantities shall include all labor, materials, shipping, freight, and transport insurance, clearing, transport, travel, accommodation, and per diem for staff, overhead, profit, taxes and other imposts. Note that a separate cost proposal must be submitted for the two lots for each location, a total of four cost prposals. A copy of the offeror’s business license, or, if an individual, a copy of his/her identification card.At least three contacts for references from organizations/individuals for which the offeror has successfully performed similar work in the past three years. Company Capability statement as outlined in Section 2.3.3 – Management Personnel and Resources, above. Annex #1 – Offer Checklist and Submission InstructionsTo assist offerors in preparation of proposals, the following checklist summarizes the documentation to include in an offer in response to this RFP:□ Offeror Checklist (Annex #1)□ Cover letter on company letterhead, signed by an authorized representative of the offeror (see Annex #2 for template)□ Technical specifications (see Annex #3 for template)□ Cost Proposal (See Annex #4 for template)□ Copy of offeror’s registration or business license, or, for individuals, a copy of his/her identification card□ At least three contacts for references from organizations/individuals for which the offeror has successfully performed similar work□ Company capability statementAnnex #2 – Offeror Cover LetterThe following cover letter must be placed on letterhead and completed/signed/stamped by a representative authorized to sign on behalf of the offeror:To:CNFA Head OfficeCongo Town Tubman BoulevardBehind Cuttington Graduate School Reference: RFP no. CNFA-MOA/IFAD-PREFABRICATED RICE MILLING CONSTRUCTION WORKS IN VOINJAMA & FOYA - LOFATo 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 RFP. Please find our offer attached.We hereby acknowledge and agree to all terms, conditions, special provisions, and instructions included in the above-referenced RFP. 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 RFP—are eligible to participate in this procurement under the terms of this solicitation and under IFAD regulations.Furthermore, we hereby certify that, to the best of our knowledge and belief:We have no close, familial, or financial relationships with any CNFA project staff members;We have no close, familial, or financial relationships with any other offerors submitting proposals in response to the above-referenced RFP; andThe 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 CNFA’s prohibitions against fraud, bribery, and kickbacks.We understand and agree to CNFA’s prohibitions against funding or associating with individuals or organizations engaged in terrorism or trafficking in persons activities. We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete.Authorized Signature:____________________Name & Title of Signatory:____________________________Date:________________________________Company Name:_________________________Company Address:__________________________________________________________Telephone:____________________________Website:_____________________________Company Registration or Taxpayer ID Number:_____________________________Does the company have an active bank account? (Y/N):__________________________Official name associated with the bank account (for payment): _____________________________________________________________________________Annex #3 – Scope of Work and Technical SpecificationsTable of ContentsScope of Work Voinjama, Lofa CountySite Clearing and LevelingPrefab Structure Supply and ErectionBorehole and Pump InstallationConcrete Water TowerGenerator HouseToilet and Septic Tank Foya, Lofa CountySite Clearing and Leveling Prefab StructureBorehole and Pump InstallationConcrete Water TowerGenerator HouseToilet and Septic Tank 2.0 Materials and Specifications 2.1 Site Clearing and Leveling 2.2 Reinforced Concrete 2.2.1 Introduction 2.2.2 Concrete Bed (Concrete Base) Preparation 2.2.3 Reinforcing Bars 2.2.4 Concrete Mix Ratio 2.2.5 Water-Cement Ratio 2.2.6 Batch Mixing 2.2.7 Fine Aggregate 2.2.8 Coarse Aggregate 2.2.9 Cement 2.2.10 Water 2.2.11 Curing 2.2.12 Finishing 2.2.13 Concrete Placement 2.2.14 Labor 2.3 Masonry 2.3.1 Cement Mortar Mix 2.3.2 Cement Block 2.4 Prefabricated Steel Structure 2.5 Water Tower 2.5.1 Introduction 2.5.2 Pipes 2.5.3 Poly Tank 2.6 Borehole Specification 2.6.1 Borehole Drilling 2.6.2 Line Pipe Casing 2.6.3 Gravel Pack 2.6.4 Concrete Slab 2.6.5 Well Development 2.6.6 Well Testing 2.6.7 Water Sampling and Analysis 2.6.8 Top Cap 2.6.9 Reporting 2.6.10 Pump Unit 2.6.11 Pump Bowl 2.6.12 Column Pipes 2.6.13 above Ground Connections 2.6.14 Electric Submersible Motor Sec. 1 Scope of Work The scope of work for which this RFP is published shall comprise the Followings:Sec. 1.1 Voinjama, Lofa CountySec. 1.1.1 Site Clearing and Leveling Clearing and leveling of project site (2 acre of land) Sec. 1.1.2 Prefabricated Structure Supply, transport to site, and assemble 30 m long, 20 m wide, and at least 11 m High (peak height) prefabricated rice milling structure.Layout and construct reinforced concrete bases as support bases for prefab column and steel structural frames.Assemble prefabricated structure made of steel structural frames and aluminum– zinc cladding according to construction manuals and designed specifications from manufacturer agreed by CNFA.Install prefab doors, windows, electric, water and sewage connections and other components according to drawings and specifications.Construct reinforced concrete floor slab after steel structural frame is upright and connections are firmly in place.Connect all electrical conduits and wires and fixtures and connect from generator to prefab structure as per specifications.Sec. 1.1.3 Borehole and Pump Installation Drill borehole, install pump, and connect to water tower:Drill borehole (to water).Install submersible pump and casing as per specification.Connect water line to water poly tank (water tower) as per drawings.Connect water lines (pipes) to rice mill boiler in prefab building and toilet as per specs (see Site Plan).Sec. 1.1.4 Concrete Water Tower Construct reinforced concrete water tower as per drawings and specifications:Build Foundation, columns, beams, and conc. Floor slab as per plan.Install welded metal ladder as per drawing.Install poly tank (water tank) as per drawing and specs.Sec. 1.1.5 Generator House Construct 2-seated generator house with storage warehouse:Construct foundation, cast floor slab, and build super-structural walls, columns. Beams, etc., as per drawings and specificationsRoof generator house as per drawings.Install 2 metal doors (external) and 1 (one) wooden panel door as per plan.Plaster all walls with 2 mm thick cement mortar.Paint building with oil paint.Construct ramp as per plan.Sec. 1.1.6 Toilet and Septic Tank Construct 3-room-cement-block-wall latrine as per drawings:Construct foundation, cast floor, and build super-structural partition walls as per drawings.Construct shed roof as per drawings.Install hard wood panel doors and frames as per plan.Install 24 in. by 24 in. wooden frames with NIKO glass window.Construct 2-pits septic tank and connect to water closets (commodes) in toilet and face basins as per plan.Lay floor and wall tiles only in toilet rooms.Construct cement-block water-reserved basins as per plan.Paint toilet building with latex paint.Sec. 1.2 Foya, Lofa CountySec. 1.2.1 Site Clearing and Leveling Clearing and leveling of project site (2 acre of land) Sec. 1.2.2 Prefabricated Structure Import, transport to site, and assemble 30 m long, 20 m wide, and at least 11 m High (peak height) prefabricated rice milling structure:Layout and construct reinforced concrete bases as support bases for prefab column and steel structural frames.Assemble prefabricated structure made of steel structural frames and aluminum– zinc cladding according to construction manuals and designed specifications from manufacturer.Install prefab doors, windows, electric, water and sewage connections, and other components according to drawings and specification from manufacturer.Construct reinforced concrete floor slab after steel structural frame is upright and connections are firmly in place.Connect all electrical conduits and wires and fixtures and connect from generator to prefab structure as per specifications and drawings from manufacturer.Sec. 1.2.3 Borehole and Pump Installation Drill borehole, install pump, and connect to water tower:Drill borehole (to water).Install submersible pump and casing as per specifications.Connect water line to water poly tank (water tower) as per drawings.Connect water lines (pipes) to rice mill boiler in prefab building and toilet as per specs (see Site Plan).Sec. 1.2.4 Concrete Water Tower Construct reinforced concrete water tower as per drawings and specifications:Build Foundation, columns, beams, and conc. Floor slab as per plan.Install welded metal ladder as per drawing.Install poly tank (water tank) as per drawing and specs.Sec. 1.2.5 Generator House Construct 2-seated generator house with storage warehouse:Construct foundation, cast floor slab, and build super-structural walls columns. Beams, etc., as per drawings and specifications.Roof generator house as per drawings.Install 2 metal doors (external) and 1 (one) wooden panel door as per plan.Plaster all walls with 2 mm thick cement mortar.Paint building with oil paint.Construct ramp as per plan.Sec. 1.2.6 Toilet and Septic Tank Construct 3-room-cement-block-wall latrine as per drawings:Construct foundation, cast floor, and build super-structural partition walls as per drawings.Construct shed roof as per drawings.Install hard wood panel doors and frames as per plan.Install 24 in. by 24 in. wooden frames with NIKO glass window.Construct 2-pits septic tank and connect to water closets (commodes) in toilet and face basins as per plan.Lay floor and wall tiles only in toilet rooms.Construct cement-block water-reserved basins as per plan.Paint toilet building wall with latex paint and doors with oil paints.Sec. 2 Materials and SpecificationsSec. 2.1 Site Clearing and LevelingSec. 2.1.1 Site clearing shall be done with machines to ensure that top soils are properly removed and the construction sites are made 100 % level for prefab foundations and floorings.Sec. 2.1.2 All trees at the construction site shall be up-rooted and all debris produced thereof shall be disposed of outside the perimeter of the 2 acres of land designated for the project. Sec. 2.2 Reinforced Concrete Sec. 2.2.1 Introduction Reinforced Concrete bases shall be constructed to support steel columns frames this shall form the main support frames for the structures. Concrete bases shall all be laid leveled 100 % and all anchored bolts (to be provided by manufacturer) shall be installed at accurate distances during casting. The reinforced concrete floor for the prefab structures shall be 30 m long out to out, 20 m wide out to out, 0.18 m thick and lay out in accordance with drawings (See attached drawings); cement floor screeding shall be done immediately upon casting. It should be noted that concrete flooring shall be done after steel structure is upright and firmly connected in place.Sec. 2.2.2 Concrete Bed (Subgrade) Preparation Before casting concrete, backfilled surface must be well compacted with vibratory earth compactor (as alternative if smooth roller compactor is not available). 4 cm layer of clean sand shall be evenly spread in place over compacted soil. This shall be done in line with standard and approved procedures under the watchful eyes of supervising official to ensure that a guaranteed and durable concrete floor is built to withstand the heavy weights of milling machines. Sec. 2.2.3 Reinforcing Bars All Reinforced concrete shall be reinforced with high quality steel bars. Steel shall be deformed bars of type A36 by ASTM standard with minimum yield strength of 36,000psi (250 MPa) and ultimate tensile strength of 58,000 – 80,000 psi (400 – 550 MPa) a density of 7,800 Kg/m?. Sizes for reinforcement are indicated by various drawings. Sec. 2.2.4 Concrete Mix Ratio Concrete shall be of high quality; the grade of prescribed mix shall be denoted by the minimum 28-day cube strength in MPa and nominal size of aggregate in mm. The mix proportions used shall be as Table 1 and Table 2 for batching by weight and batching by volume respectively. Grade 10 P mix shall be used for all concrete works in the prefab works as well as borehole, water tower, generator house, and toilets and septic tank works. In simple term, Grade 10 P shall be interpreted as: 1:2:3 concrete mix.Sec. 2.2.5 Water Cement Ratio The maximum free water/cement ratio shall be 0.7. Batch by WeightGradeMaterialBatch Weight (Kg) For Approx. one cubicMeter yieldFor one bagCement mix10 PCementFine Aggregate20 mm Coarse Aggregate25583510654514518520 PCementFine Aggregate20 mm coarse Aggregate34572511054595145 Table – 1Sec. 2.2.6 Batch Mixing Mixing concrete by machine shall be required. Similarly, Hand mixing on well prepared platforms where debris or any forms of leavings are prevented from entering mix shall be permitted by supervising officer. Batch by VolumeGradeMaterialBatch Weight (liters)For Approx. one cubicMeter yieldFor one bagCement mix10 PCementFine Aggregate20 mm Coarse Aggregate6 bags5757251 bag14518520 PCementFine Aggregate20 mm coarse Aggregate8 bag5407701 bag70100Each bag of cement is 45 Kg. Table -2Sec. 2.2.7 Fine Aggregate Fine aggregate (sand) shall be clean and have no impurities, i.e. clay, mud, etc. Clean river sand and swamp sand that are washed clean and sieved shall be required.Sec. 2.2.8 Coarse Aggregate Coarse aggregate (crushed rock) shall consist of clean, hard, and durable crushed rocks. The grading for concrete bases shall be 1?”-2” dia. (4 – 5 cm dia.) and for concrete floor, shall be ?” - 1?” dia. (3 – 4cm in dia.) Sec. 2.2.9 Cement Cement shall be ordinary Portland cement classified as ASTM C150 and weighs 94 lbs. per sack. Sec. 2.2.10 Water Water for concreting or masonry works shall be clean and uncontaminated. Water shall be Drinkable, i.e. shall meet the standard of drinking water. Sec. 2.2.11 Curing Concrete shall be cured with water twice a day for at least 2 weeks after casting and Screeding. Sec. 2.2.12 Finishing Concrete floor shall be screed in a level and fine manner with cement paste after casting.Sec. 2.2.13 Concrete Placement Concrete vibrator shall be utilized during concrete placement to ensure that voids and air bubbles are removed and the components are uniformly positioned for obtaining maximum strength. Casting shall be one time casting, i.e. shall continue until completion. Therefore, adequate materials shall be procured to ensure continuity. Sec. 2.2.14 Labor Labor shall be of high quality to ensure that jobs are executed in professional and dutiful manners. Any unprofessional performance(s) which affect the quality of works shall be demolished and the work(s) redone at the expense of contractor.Sec. 2.3 MasonrySec. 2.3.1 Cement Mortar Mix Cement mortar mix ratio shall be 1:2 and shall be hand mixed due to the quantity involved. The mixing platform shall be well paved with cement mortar to avoid contact with mud and any form of leavings. Sec. 2.3.2 Cement blocks Cement blocks shall be of high quality, must meet the requirements of ASTM Standards.Sec. 2.4 Prefabricated Steel Structure All materials for assembling prefab structures shall be ordered and imported to Liberia by successful bidder from bidder’s supplier or manufacturer. Successful bidder shall also transport same to Liberia and clear containers from port of entrance, transport them to two sites in Lofa (Voinjama and Foya) and erect (assemble) them as per designed drawings and specifications herein provided. All imported prefab materials shall be certified and confirmed to in line with specifications by supervising officials (Consultant) before importations are made. All works shall be technically supervised by consultant. Structure Size to be: Width=20 m, Length=30m, Eve height=8 m, Peak height = 11m Structural steel: Galvanized CFLC steel + Primer Paint Nuts and Bolts: Zinc PlatedInsulation: No Roofing Pitch: Pitch: 20 deg. Material: Zinc Aluminum Thickness: 0.47m Wall Cladding Material: Zinc Aluminum Thickness: 0.47mm Cladding on entire wall, down to floor Cladding on internal division down to floor Skylights: 18 x Polycarbonate sheeting on gables and sides Ventilation: Long static ridge vents or rotating ventilators Gutters: No Doors & Windows Roller Doors: 3m x3m roller doors (x4) 4.5m x 5m roller door (x1) 0.9m x 0.9m Aluminum windows (x5) Personal door (x1) Internal Partition: Structure shall consist of milling factory hall and a storage ware house Note: The prefab structures are to be used to house rice milling machines and all its components and to store processed rice products. All prefabricated structures that are within limits of the above mentioned dimensions or specifications and the manufacturer meets all the requirements set in this RFP are acceptable options. Sec. 2.5 Water TowerSec. 2.5.1 Introduction Water tower shall be constructed according to drawings and in close proximity to prefab building to host water tank with capacity of 5670 liters for supply of clean water to boiler in building. High of water tower shall be 6 m. See drawings. Materials for the construction of water tower shall meet the same requirement as specified Under item 1 (Reinforced Concrete Floor). See Above.Sec. 2.5.2 Pipes Pipes for installation of pump and distribution of water from water tank (tower) to boiler shall be of high quality to withstand high pressure.Sec. 2.5.3 Poly Tank Water tank shall be poly tank of high quality and durability and shall have the capacity of 1,500 gal (5,670 liters).Sec. 2.6 Borehole Specification Borehole shall be drilled in close proximity to prefab building to supply adequate clean water to tower (tank).Sec. 2.6.1 Borehole Drilling Drilling shall consist of 254 mm (10 in.) open hole penetrating full aquifer thickness and formation sample to be taken every 2 m or change of formation.Sec.2.6.1.1 An electric log to be run for identifying permeable and fresh zones and for cementing undesirable saline (if any) zone given SP, resistivity (SN-LN), Fluid Resistivity, Temp., Natural Gamma, and Caliper Logging, if requested by the Engineer.Sec. 2.6.1.2 Cutting samples of the aquiferous zone(s) in sedimentary formations shall be dried, weighed, and mechanically analyzed, using standard procedures, for calculation of gravel pack size.Sec. 2.6.1.3 The drilled hole to be reamed with 254 mm diameter to the required depth as determined by electric logging.Sec. 2.6.2 Line Pipe Casing Sec. 2.6.2.1 Poly vinyl chloride (PVC) casing pipes according to ASTM specifications F 480 for thermoplastic well casing pipe and couplings made standard dimension ratios (SDR), schedule 40 and schedule 80 with threaded/bevel cut on both ends, outside diameter 8 in. (203 mm) wall thickness 5.6-7.04 mm. The screen is of 203 mm outside diameter and collapse pressure of 15 BAR Sec. 2.6.3 Gravel Pack The drilled wells to be gravelly packed with a well graded and well rounded grain size gravel determined by the Engineer, and based on mechanical analysis results, in order to increase well efficiency and minimize sand flow and incrustation rates. Gravel pack level should be not less than 5m above the upper screen. Sec. 2.6.4 Concrete Slab Concrete slab of dimensions 1 x 1 x1m should be constructed around casings to prevent contaminants leakage from the surface. Sec. 2.6.5 Well DevelopmentSec. 2.6.5.1 Back washing procedure to be conducted, after construction of the concrete slab with clean water until the drilling mud is completely displaced, followed either by mechanical surging or by high velocity jetting.Sec. 2.6.5.2 Procedure continued until the formation is fully stabilized and no sand ????????????? flows through screens. The well then to be developed by a suitable air compressor using and educator pipe and a high pressure hose as an airline. Development, including shooting, should be continued till the well is sand free. The final sand content should not exceeds 30 ppm. Sec.2.6.6 Well Testing Sec.2.6.6.1 Well testing should be properly planned and carefully conducted using a suitable pump of 5-50m?/hr. capacity and under different pumping depths. ??????? ?Preliminary test shall be carried out, for few hours, to determine the maximum well yield and corresponding drawdown, and for adjusting the variable discharge rates. The well is then left till full recovery is attained. Sec.2.6.6.2 Variable discharge rate test (4-5 steps) using standard procedures should be carried out to assess well stability, well efficiency, optimal well yield and the corresponding drawdown. Sec. 2.6.6.3 Variable discharge rate test should start with the lowest yield (20%) till steady state is reached and then yield increased to 40% of maximum well yield, and so forth. Intervals for measuring water level during pumping, and recovery at the end of the last step should follow standard procedures. Sec. 2.6.6.4 Step test data should be analyzed to assess well stability, well efficiency, optimal wells yield the anticipated drawdown, and hence pump setting depth. Sec. 2.6.6.5 In case the well is developing during the testing indicating incomplete development, the well then should be redeveloped and the test be repeated thereafter. Sec.2.6.6.6? Groundwater electrical conductivity (E.C) should be measured during the well test, at least one measurement is required during each step. The pump discharge pipes should be installed with a valve and a flow meter measure discharge rates. Sec. 2.6.7 Water Sampling & Analysis Sec. 2.5.7.1 Before the end of pumping test two water bottles of 1litre each should be taken for full routine physico-chemical analysis. Sec. 2.5.7.2 The water samples should be analyzed in a qualified and approved laboratory. Water suitability for human and livestock use should be assessed. Sec. 2.6.8 Top Cap The drilled wells should be tightly closed on top by welding a related cap to prevent any damage by falling materials inside the well. Sec. 2.6.9 Reporting Separate report for each well (original +2 copies) shall be prepared including borehole information as location (GPS), lithological log, rate of penetration, casing tally, electrical log graphs, mechanical analysis data and graphs, pumping and recovery data and graphs, physico-chemical analysis certificate, water suitability for human and livestock use, recommended well yield, corresponding drawdown, and recommended pump setting depth. Sec.2.6.10 Pump Unit Sec. 2.6.10.1 Water Quality: The equipment can operate normally in groundwater of the following quality:-Water Temperature 30 – 40c?Ph ???6 – 8Total Hardness 20 – 250 ppm.Total dissolved Solids 200 – 1000 ppm.Fine Sand Content: The water contains moderately sand particles up to 30 ppm. Sec. 2.6.11 Electric Submersible Pump Unit Sec. 2.6.11.1 Pump BowlBowl casing is to be made of good quality and corrosion resisting materialImpellers should be of stainless steel.The Bowl shaft should be of stainless steel.The Pump bearings are water lubricated type.The Bowl diameter be suitable for 229229 mm I. D. borehole casing.The Pump bowl is to be fitted with an integrated non-return valve and stainless steel strainer and cable protector.Submersible pump shall be 2 hp.Sec. 2.6.12 Column PipesPVC pipe of ASTM F 480.Polyvinyl Chloride (PVC) of ASTM specification F 480.BS parallel threaded ends with socket at one end and protected by plastic bush at the other end.Wall thickness: Min. 4.5mm for diameter range 75 -229 229 mm. Pipe Length: Each pipe of 2.5-3 meters length.Sec. 2.6.13 Above-Ground ConnectionsSec. 2.6.13.1 Supply of two forged steel supporting clamps complete W/Bolts and nuts with each pump for the installation of the pump and future maintenance.Sec. 2.6.13.2 A cover plate of min.10mm thick on top of the well casing and one of the supporting clamps on top of the plate to support the column pipes. Sec. 2.6.13.3 Discharge bend with tapped boss for a pressure gauge connection and connect a suitable scale pressure gauge, non-return valve and all the necessary fittings for complete pump head installation. Sec. 2.6.13.4 Connect Flow meter to the delivery pipe. Sec. 2.6.14 Electric Submersible MotorSec. 2.6.14.1 A rewind able type submersible motor to be suitable for 229 mm I. D. casing. Sec. 2.6.14.2 The outer casing to be made of stainless steel and stainless steel motor shaft.Sec. 2.6.14.3 The bearing housing and motor base to be made of zinc free aluminum, bronze, completely resistant to aggressive water.Sec. 2.6.14.4 Thrust and journal bearings are water lubricated and the insulation grade F. Sec. 2.6.14.5 The drop cable should be oil resistant, sheathed in flexible rubber cover and should be supplied with extra 10 meter for connection with motor starter and should also be supplied with cable clips.Sec. 2.6.14.6 The motor should be directly coupled to the pump shaft via shaft system connection.Sec. 2.6.14.7 Motor rafting of 3 phase 240 volt and 50 cycles. 4905375-973454 Annex # 4: Cost Proposal and Bill of Quantities The bill of quantities for this project is divided into two lots. They are: Lot 1: Prefabricated Steel Structure Construction and site clearing Lot 2: Borehole Drilling and Pump Installations Water Tower Construction Generator House Construction Toilets and Septic Tanks ConstructionNote: Separate bids shall be accepted for Lot 2, but Lot 1 (the prefab construction in both Voinjama and Foya) shall be awarded to one entity. Bill of Quantities For Lot 1-Prefab ConstructionBill of Quantities for the Construction of Imported-Prefabricated Rice Milling Structures to be Built in Voinjama and Foya, Lofa County - LiberiaItem No.DescriptionsUnitQtyUnit Rate (US $)Extension (US $)Prefabricated Steel StructureProvide cost for importing 2 prefabricated steel structures each of which is 30 m long, 20 m wide, and 11 m high (peak height); structures are to be transported to Liberia, cleared from port of entrance, and transported to sites in Voinjama and Foya, Lofa County, Liberia by contractor. Structures are also to be erected 100 percent (i.e. site clearing and leveling, concrete bases, reinforced concrete floor slab, electrical installations, and assembling of entire structure are to be undertaken by contactor as per specifications provided herein and by manufacturer (contractor selected manufacturer). 1Purchasing Prefab StructuresPurchase 2 sets of prefabricated steel structures from manufacturer as per standard and specifications in this RFP:L/S22Transporting Prefab Structures to LiberiaL/S23Clearing Structures from Port of EntranceL/S24Transporting Prefab Structures (containers) from port of entrance to Voinjama and Foya Sites in Lofa:L/S25Construction of Prefab StructuresProvide cost for clearing, leveling, and opening up access roads to sites; constructing reinforced concrete bases; assembling prefab structures; casting reinforced concrete floor, installing doors, windows, electrical wires and fixtures as per drawings and specifications to serve rice processing machine(x2): 5.1Site Clearing and Access RoadsProvide cost for clearing and leveling 1 acre (4046.84 m?) of land for prefab project site using machines and laying out and grading access roads to project sites in Voinjama and Foya: 5.1.1Site Clearing and LevelingProvide cost for clearing and leveling 1 acre (80.47 m by 50.29 m) of land for prefab project site (x2):m?8093.685.1.2Laying and Grading Access Roadlayout and grade 295 m long access road to project site in Voinjama and 105 m to project site in Foya using yellow machines; road to be 20 ft. (6 m) wide:m400Subtotal5.2Reinforced Concrete BasesAllow cost for constructing 16 reinforced concrete bases 1.20 m long, 1.20 m wide, and 1.20 m deep for supporting steel structural columns as per drawings (conc. volume = 27.65 m? x2):m?55.30Subtotal5.3Assembling Prefab StructuresAssemble prefab structure as per design drawings and specifications - install steel structural frames, bracings, claddings, doors, windows, electrical wires and fixtures as required(x2):L/S2Subtotal5.4Reinforced Concrete FloorAllow cost for constructing reinforced concrete floor 30 m long, 20 m wide, 0.18 m thick. Floor is to be laid out according to drawings and specifications herein; cement screeding is to be done immediately after casting; an exterior 8 inch cement block foundation wall resting on concrete footing shall be built as part of floor. Note that concrete flooring shall be done after steel structural frames are installed upright and firmly connected in positions: Total Conc. Volume=129.80m? x 2):5.4.1 Excavate trench around structurem?465.4.2 Portland cementBag17505.4.3 Fine aggregate (sand)m?1985.4.4 Coarse aggregate (Crushed rock)m?2145.4.5 Steel rod (?” x 36 ft.)Pecs845.4.6 Steel rod ( ?" x 36 ft.)Pecs650 5.4.7 Tie wire (L/Roll)Roll45.4.8 Cement block ( 8" x 8" x 16")Pecs11005.4.9 Wawa (Form plank) 1” x 12” Wawa (Form plank), 1” x 12”Pecs905.4.10 Timber (2" x 2" x 14'-0")Pecs405.4.11 Assorted wire nails (20 Kg/Ctn)Ctn45.4.12 Round polesPecs150SubtotalTotal Cost (Construction of Prefab Structures)Budget Summary for BOQ Lot 1 – Prefab Building (Voinjama & Foya)ActivitiesTotal Cost (US $) Purchasing Prefab Structure Transporting Prefab Material to Liberia Clearing Prefab Materials from Port of Entrance Transporting Prefab Materials to 2 sites to Voinjama and Foya, Lofa CountyConstruction of Prefab Structures- Site Clearing and Access Roads Constructing Reinforced Concrete Bases Assembling Prefab Structures (100 %) Constructing Reinforced Concrete FloorTotal Budget-Lot 1 (US $)Bill of Quantities For Lot 2-Borehole Drilling & Pump Installation, Construction of Water Tower, Generator House, and Toilet with Septic Tank in Voinjama and Foya, Lofa County-LiberiaItem No.DescriptionUnitQtyUnit Rate (US $)Extension (US $)1PreliminaryProvide cost for securing materials storage warehouse for materials for works under Lot 2, I.e., borehole, water tower, generator house, toilet construction, etc.; Warehouse is to be for temporary use and therefore shall be built using 14-guage zinc cladding with round poles (x2):L/S2Subtotal2Borehole Drilling and Pipe Installations Provide cost for drilling borehole (to water) and installing 2 hp submersible pump to supply water to water tank (tower) and install all necessary pipes to and fro water tower to boiler in prefab building(x2):BOQ for Borehole2.1Transportation of supplies and mobilization of equipmentJob22.2Predrilling geophysical investigationAllow cost for VES (vertical Electrical Sounding) to determine water locationL/S22.3Drilling with 254 mm dia. to depth to be found out by investigations not exceeding 40 m (x2)Meter802.4Provide and place PVC casing 8 inches (203mm) dia. at depth of 40 m (x2):Meter802.5Provide and place Johnson screen, dia. 8" (203 mm, 18 m length (x2):Meter802.6Provide 2 hp submersible pump with 1?” dia. Riser mains and sundry accessories:No.22.7Well loggingJob22.8Gravel PackingJob22.9Well development by bailing and air pumpingJob22.10Well test - constant drawdown testJob22.11Cost of bentonite and other inputsJob2Subtotal3CONCRETE WATER TOWERConstruct concrete water tower as per drawings and specifications and install required water tank within proximity to prefab structure as per site plan (conc. Vol. = 17.26m? x2):3.1 Portland cementBag2103.2 Fine aggregates (sand)m?253.3 Coarse aggregates (crushed rocks)m?303.4 ?" steel rod @ 36 ft. o/LPecs1003.5 ?" steel rod @ 30 ft. o/LPecs603.6Tie wire (L/Roll)Roll23.7 Form planks (Wawa - 1" x 12")Pecs1403.8 Round poles (sticks)Pecs1443.9 Assorted wire nails (20 Kg/Ctn)Ctn43.10 Allow cost for welded metal ladder to be firmly connected to tower beams:L/S23.11 Allow cost for poly tank with capacity of 1,500 gal (5,670 liters): L/S2Subtotal4Generator HouseProvide cost for constructing a generator house with store room as per drawings; (the following material listing includes cost of all activities including foundation, superstructure, roofing, doors, ceiling (only in store room), etc.)-(x2):4.1Lay out building:L/S24.2Excavate foundation trench as per plan:m?20.564.3Backfill foundation:m?14.54.4Portland cementBag2644.5Fine aggregate (sand)m?35.224.6Coarse aggregate (crushed rock)m?224.7Cement block (6” x 8” x 16”)Pecs23164.8Solid Colombo block (12” x 12”)Pecs2004.9?” steel rod @ 36 ft. o/LPecs604.10?” steel rod @ 30 ft. o/LPecs224.11Mesh wireYds.404.12Tie wire (L/Roll)Roll24.13Form plank (wawa-1” x 12”)Pecs504.14Round polesPecs1164.152” x 6” x 14’-0” lumberPecs364.162” x 4” x 14’-0” lumberPecs644.172” x 2” x 14’-0” lumberPecs544.181” x 8” x 14’-0” plank (dressed)Pecs204.19Assorted wire nails (20 Kg/Ctn)Ctn44.20Zinc nails (7 lbs./Pk)Pk104.21Zinc combing (8 ft. long)Pecs244.2232-gauge galvanized roofing sheetBdl104.23Roofing feltRoll24.24Double wooden door frameNo.24.25Hard wood panel doorNo.44.26Double metal door and frameNo.44.27Hard board ceiling tilePecs104.28Ceiling strip (?” x 2” x 14’-0”)Bdl24.29Prime coat (white wash)Bag24.30Enamel paint (oil paint)Gal84.31White wash brushPecs24.32Painting brush (5”)Pecs24.33Painting brush (2”)Pecs24.34Painting rollerPecs2Subtotal5Toilet and Septic TankProvide cost for constructing a 3-room toilet with septic tank (3.81 m long, 2.10 m wide, and 2.40 m deep) and connect commodes, face basins, and reserved water storage basin to water lines from water tower-see drawing(x2):5.1Excavate septic pitm?42.885.2Cement block (6” x 8” x 16”)Pecs27705.3Portland cementBag1425.4White cementBag15.5Fine aggregate (sand)m?28.325.6Coarse aggregate (crushed rock)m?8.885.7?” steel rod @ 36 ft. o/LPecs305.8?” steel rod @ 30 ft. o/LPecs45.9Tie wire (S/Roll)Roll65.10Form plank (wawa-1” x 12”)Pecs305.11Round polesPecs405.122” x 6” x 14’-0” lumberPecs125.132” x 4” x 14’-0” lumberPecs245.142” x 2” x 14’-0”Pecs425.15Assorted wire nailsCtn25.1614-gauge galvanized roofing sheetBdl35.17Zinc nailsPks45.18Hard board ceiling tilePecs165.19Ceiling strips (?” x 2” x 14’-0”)Bdl25.20Single door frame (2” x 6”)No.65.21False panel door (28” x 78”)No.65.22Hinges (4”)Pair65.23NIKO locksSet65.24Wooden batten window and frame (24” x 24”)Set65.25Tower bolts (M/S)Pecs65.26Water closet (commode) completeSet65.27Face basin (complete)Set65.284” dia. PVC pipes @ 20 ft. of lengthPecs65.292” dia. PVC pipes @ 20 ft. o/LPecs45.304” x 90? PVC elbowPecs65.314” x 45? PVC elbowPecs65.322” x 90? PVC elbowPecs45.334” PVC TeePecs65.344” PVC wyePecs65.354” x 2” PVC reducerPecs45.36Floor drainPecs65.37PVC adhesive glueQt45.38Clay tile (12” x 12”), 11 Pecs/CtnCtn205.39Ceramic tile (8” x 12”), 11 Pecs/Ctn)Ctn1065.40Provide cost for connecting water lines from water tower to commode and face basins:L/S2SubtotalBudget Summary for BOQ Lot 2- Borehole, Water Tower, Generator House, and Toilets for (Voinjama & Foya)ActivitiesTotal Cost (US $)1. Preliminary2. Borehole & Pump Installations3. Concrete Water Tower Construction4. Generator House5. Toilet and Septic TankTotal Budget (US $)-Lot 2Annex #5 – CNFA Terms and Conditions5.1 Ethical and Business Conduct Requirements: CNFA is committed to integrity in procurement, and only selects suppliers based on objective business criteria such as price and technical merit. CNFA 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.Employees and agents of CNFA 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 IFAD. In addition, CNFA will inform IFAD of any supplier offers of money, fee, commission, credit, gift, gratuity, object of value or compensation to obtain business.Offerors responding to this RFP must include the following as part of the proposal submission:Disclose any close, familial, or financial relationships with CNFA 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 CNFA’s prohibitions against fraud, bribery and kickbacks.Please contact pbowen@ with any questions or concerns regarding the above information or to report any potential violations. Potential violations may also be reported directly to CNFA at to FraudHotline@.5.2 Terms and Conditions: This solicitation is subject to CNFA’s 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:CNFA’s 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 RFP and identified in the resulting award; payment will not be issued to a third party.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: Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria.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 RFP must ensure compliance with these laws.United States law prohibits engaging in any activities related to Trafficking in Persons. The supplier under any award resulting from this RFP must ensure compliance with these laws. The title to any goods supplied under any award resulting from this RFP shall pass to CNFA following delivery and acceptance of the goods by CNFA. Risk of loss, injury, or destruction of the goods shall be borne by the offeror until title passes to CNFA.5.3 Disclaimers: This is a Request for Proposals only. Issuance of this RFP does not in any way obligate CNFA to make an award or pay for costs incurred by potential offerors in the preparation and submission of an offer. In addition: CNFA may cancel RFP and not award;CNFA may reject any or all responses received;Issuance of RFP does not constitute award commitment by CNFA;CNFA reserves the right to disqualify any offer based on offeror's failure to follow RFP instructions;CNFA will not compensate offerors for response to RFP;CNFA reserves the right to issue award based on initial evaluation of offers without further discussion;CNFA may negotiate with short-listed offerors for their best and final offer;CNFA reserves the right to order additional quantities or units with the selected offeror;CNFA may reissue the solicitation or issue formal amendments revising the original RFP specifications and evaluation criteria before or after receipt of proposals;CNFA may modify the specifications without issuing a formal notice to all offerors when the revisions are immaterial to the scope of the RFP;CNFA may choose to award only part of the activities in the RFP, or issue multiple awards based on multiple RFP activities;CNFA reserves the right to waive minor proposal deficiencies that can be corrected prior to award determination to promote competition;CNFA will contact all offerors to confirm contact person, address, and that the bid was submitted for this RFP;CNFA will contact all offerors to inform them whether or not they were selected for award;In submitting a response to this RFP, offerors understand that IFAD is not a party to this solicitation and the offeror agrees that any protest hereunder must be presented – in writing with full explanations – to CNFA for consideration. IFAD will not consider protests regarding procurements carried out by implementing partners. CNFA, at its sole discretion, will make a final decision on any protest for this procurement.5.4 Taxes and VAT: CNFA is exempt from cooperating country taxes, duties and VAT..5.5 Eligibility: By submitting an offer in response to this RFP, 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. CNFA will not award a contract to any firm that is debarred, suspended, or considered to be ineligible by the U.S. Government.5.6 Delivery: The delivery location for the items or services described in this RFP is at the CNFA’s project sites located in Voinjama and Foya in Lofa County. As part of its response to this RFP, each offeror is expected to provide an estimate (in calendar days) of the delivery timeframe (after receipt of order). The delivery estimate presented in an offer in response to this RFP must be upheld in the performance of any resulting contract.5.7 Warranty: Warranty service and repair within the cooperating country is required for all commodities under this RFP. The warranty coverage must be valid on all commodities for a minimum of twelve (12) months after delivery and acceptance of the commodities, unless otherwise specified in the technical specifications. Annex 6: Project Working DrawingsThe Section below contains working drawings for the various components of the project. Remember that a full specification and assembly drawings shall be provided by the selected prefab manufacturer based on the specification and drawings attached in this RFP. -8191569088000Sample of Design SEQ Figure \* ARABIC 1Pictorial Pictorial View of Toilet ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download