21
Request for Proposals, JSSP-RFP-2020-002 Page 1 of 21 REQUEST FOR PROPOSALS A. Introduction Tetra Tech DPK (Tt) is implementing the Justice Sector Support Program (JSSP) in Afghanistan. JSSP is a key Bureau of International Narcotics and Law Enforcement Affairs’ (INL) contracted rule of law initiative in Afghanistan. Tt utilizes international and Afghan advisors to train and build capacity for Afghan officials within the Ministry of Justice, Attorney General’s Office, Supreme Court, Ministry of Women’s Affairs, and other justice sector organizations. The Case Management System (CMS) is one of the three components of JSSP. CMS is an online database developed with Afghan government institutions designed to track criminal and civil cases. Criminal cases are tracked from arrest through release from prison. The system is a critical tool in improving the tracking, transparency, and management of cases across the legal system, deterring corruption at every point in the legal case progression, holding government entities accountable, and protecting the rights of individuals in the criminal and civil justice systems. Through this Request for Proposals (RFP), Tetra Tech seeks a service provider to conduct onsite quarterly preventive maintenance of the printers and copiers located at approximately 556 CMS sites in all 34 provinces of Afghanistan and on call as needed repair of printers, copiers, computers, uninterruptible power supplies (UPSs), and other IT equipment located at the same sites. ***** ETHICAL AND BUSINESS CONDUCT REQUIREMENTS ***** Tetra Tech is committed to integrity in procurement, and only selects suppliers based on objective business criteria such as price and technical merit. Tetra Tech 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 the Department of State (DOS) and the Office of the Inspector General. Employees and agents of Tetra Tech 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 DOS and the Office of the Inspector General. In addition, Tetra Tech will inform DOS 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 RFP must include the following as part of the proposal submission: Disclose any close, familial, or financial relationships with Tetra Tech 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 Tetra Tech’s prohibitions against fraud, bribery and kickbacks. Please contact [email protected] with any questions or concerns regarding the above information or to report any potential violations. Potential violations may also be reported directly to Tetra Tech’s US office.

REQUEST FOR PROPOSALS A. Introduction

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 1 of 21

REQUEST FOR PROPOSALS A. Introduction Tetra Tech DPK (Tt) is implementing the Justice Sector Support Program (JSSP) in Afghanistan. JSSP is a key Bureau of International Narcotics and Law Enforcement Affairs’ (INL) contracted rule of law initiative in Afghanistan. Tt utilizes international and Afghan advisors to train and build capacity for Afghan officials within the Ministry of Justice, Attorney General’s Office, Supreme Court, Ministry of Women’s Affairs, and other justice sector organizations. The Case Management System (CMS) is one of the three components of JSSP. CMS is an online database developed with Afghan government institutions designed to track criminal and civil cases. Criminal cases are tracked from arrest through release from prison. The system is a critical tool in improving the tracking, transparency, and management of cases across the legal system, deterring corruption at every point in the legal case progression, holding government entities accountable, and protecting the rights of individuals in the criminal and civil justice systems. Through this Request for Proposals (RFP), Tetra Tech seeks a service provider to conduct onsite quarterly preventive maintenance of the printers and copiers located at approximately 556 CMS sites in all 34 provinces of Afghanistan and on call as needed repair of printers, copiers, computers, uninterruptible power supplies (UPSs), and other IT equipment located at the same sites.

***** ETHICAL AND BUSINESS CONDUCT REQUIREMENTS ***** Tetra Tech is committed to integrity in procurement, and only selects suppliers based on objective business criteria such as price and technical merit. Tetra Tech 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 the Department of State (DOS) and the Office of the Inspector General. Employees and agents of Tetra Tech 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 DOS and the Office of the Inspector General. In addition, Tetra Tech will inform DOS 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 RFP must include the following as part of the proposal submission:

• Disclose any close, familial, or financial relationships with Tetra Tech 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 Tetra Tech’s prohibitions against fraud, bribery and kickbacks.

Please contact [email protected] with any questions or concerns regarding the above information or to report any potential violations. Potential violations may also be reported directly to Tetra Tech’s US office.

Page 2: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 2 of 21

B. Proposal Format In order for Tt to conduct the most efficient proposal evaluation, Offerors are required to include the following information in their proposals as described below:

1. Cover Letter – A cover letter in the format shown in Appendix 2. 2. Technical Proposal – A description of the proposed approach to service as shown in

Appendix 3. 3. Cost Proposal – A detailed cost proposal in U.S. dollars (USD) as shown in Appendix 4. 4. Business License – Copy of business license registration or incorporation in the

public registry, or equivalent document from the government office where the Offeror is registered.

5. Tax Registration Document – Copy of company tax registration, or equivalent document.

C. Submission of Proposals & Closing Time Please submit proposals to [email protected] Proposals are due by: 5:00 p.m., Kabul time on December 16, 2020. D. RFP Schedule

• RFP Distribution..................................…………........... November 29, 2020 • Deadline for Questions………………………………… December 5, 2020 • Response to Questions…………………………………. December 7, 2020 • Deadline to Submit Proposals………………………….. December 16, 2020 • Proposals Evaluation …………………………….…….. December 26, 2020 to January

12, 2021 E. Type of Contract Tt reserves the right to award one or more Basic Ordering Agreements (BOAs) as a result of this solicitation. The BOA will contain standard contract terms and conditions that will be provided to the Offeror prior to negotiations. Tt may undertake at its sole discretion, negotiation with Offerors whose proposals as to price and other factors show them to be qualified, responsible and capable of performing the work. F. Technical Specifications and Guidelines Offerors shall comply with the attached specifications and requirements in Appendix 1 and the following terms:

1. Offers/Quotations Prices must not include any Value-Added Tax (VAT). Quoted prices should remain valid for ninety (90) calendar days.

2. Terms of Payment Payment will be made based on agreed payment schedule defined in the contract, pending final approval of Tt agreed upon deliverables stated in the contract.

Page 3: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 3 of 21

Timely delivery/performance is essential to the satisfactory completion of the required supplies/services. Failure of the winning Offeror to provide the supplies/services within the required delivery/performance dates (for reasons other than a “Force Majeure”) may result in assessment of a delay penalty as agreed in the contract. 3. Source/Nationality Goods and services cannot be transported through, originate or include parts or materials from any of the countries with which the US is prohibited from contracting for supplies and services, as defined by US government regulations.

4. Transportation, Custom Duties, and Sales Tax Offerors should clearly identify delivery costs separately from the price of the equipment and components as well as separately identify any custom duties and sales tax if necessary. The purchase will be net of sales tax and customs duties. Sales tax shall not be added to the price.

5. Documentation Quoted prices should include all operation and maintenance manuals, drawings, and certification documents.

6. Language This solicitation and all resulting contracts will be awarded in English and shall prevail for interpretive purposes. 7. New Material Requirement In accordance with Federal Acquisition Regulation (FAR) 52.211-5 “Material Requirements” all equipment provided under the contract awarded as a result of this RFP will be composed of previously unused components. 8. Commercial Government Entity Restriction In compliance with U.S. Government regulation 22 CFR 228.13, firms operated as commercial companies or other organizations or enterprises (including non-profit organizations) in which the Government of the Islamic Republic of Afghanistan or its agents or agencies have a controlling interest are not eligible to present their proposal for this subcontract. 9. DUNS Number and Debarment Certification If awarded a contract in excess of $25,000, the Offeror must be able to obtain a DUNS Number as a precondition for contract award. DUNS Numbers are available free of charge. If awarded a contract in excess of $30,000, the Offeror must be able to certify compliance with FAR 52.209-5 “Certification Regarding Responsibility Matters” as a precondition for contract award. 10. Covered Telecommunications and Video Surveillance Equipment and Services Pursuant to FAR 52.204-25 requirements, by submitting a proposal in response to this solicitation, the Offeror warrants that the Offeror will not provide “covered telecommunications or surveillance equipment or services” to JSSP as a part of any potential resulting contract. Covered telecommunications or surveillance equipment or services are those equipment or services manufactured by and/or using equipment or components manufactured by Huawei Technologies

Page 4: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 4 of 21

Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). Further, Offerors must not include covered telecommunications or surveillance equipment or services in their proposal. Offers that include such equipment or services will not be considered for evaluation. G. Solicitation Guidelines and Conditions Tt will select the Offeror(s) whose offer follows the RFP instructions, meets the eligibility requirements, and is determined via a tradeoff analysis to be the best value based on the evaluation criteria listed in G.2 below. The relative importance of each individual criterion is indicated by the number of points shown in G.2 below.

1. Price Evaluation Tt intends to award one or more BOAs resulting from this solicitation to the responsible Offeror(s) whose proposal will be most advantageous, price and other factors considered. Therefore, the Offeror’s initial offer should contain the best terms from a price and technical standpoint. If determined to be necessary, Tt reserves the right to conduct discussions with the Offeror. Tt may reject any or all offers if such action is in the interest of Tt; accept other than the lowest offer; and waive informalities and minor irregularities in offers/quotes received.

2. Proposal Evaluation The following evaluation criteria will be utilized to evaluate the proposals by an internal evaluation team from Tt at the Justice Sector Support Program:

Evaluation Criteria Maximum Points • Corporate Credentials and Past Experience ………………..30 points • Maintenance Timeline……………………………………...10 points • Ability to Provide Repair Parts…….……………………….10 points • Ability to Meet Response Time…………………………….10 points • Price…………………………..…………………………….40 points

Total 100 points H. Attachments: Appendix 1 – Scope of Work Appendix 2 – Cover Letter Format Appendix 3 – Technical Proposal Format Appendix 4 – Cost Proposal Format Appendix 5 – Calendar Template Appendix 6 – Location of Printers and Copiers by Zone/Lot Appendix 7 – Location of all IT Equipment by Zone/Lot

Page 5: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 5 of 21

Appendix 1 – Scope of Work A. BACKGROUND JSSP provides technical assistance and support to the Government of the Islamic Republic of Afghanistan’s Case Management System (CMS). CMS is an online application developed with Afghan government institutions, designed to track criminal and civil cases. Criminal cases are tracked from arrest through release from prison. It is intended to harmonize and interlink justice institutions to effectively perform their functions and resolve cases in a transparent and legally sufficient manner. The system is a critical tool in improving the tracking, transparency, and management of cases across the legal system, deterring corruption at every point in the legal case progression, holding government entities accountable, and protecting the rights of individuals in the criminal and civil justice systems. B. OBJECTIVE The service provider will perform quarterly preventive maintenance for copiers and printers and on call repair for all computers, monitors, surge protectors, routers, printers, copiers, automatic voltage regulators (stabilizers), uninterruptible power supplies (UPSs), and other IT equipment located at approximately 556 CMS sites throughout Afghanistan. C. PURPOSE The purpose of this SOW is to establish the requirements needed to provide maintenance, repair and support services for IT equipment at CMS sites in Afghanistan. D. QUARTERLY PREVENTIVE MAINTENANCE OF PRINTERS AND COPIERS 1. Scope Service provider shall provide all labor, tools, equipment, test equipment, material and parts, quality control, transportation and incidentals necessary to perform as needed on-site preventive maintenance in accordance with industry and manufacturer standards for the equipment listed in Appendix 6. 2. Location Equipment requiring maintenance is located at JSSP sub offices located in government offices throughout Afghanistan. A detailed list of printers and copiers and their locations is listed in Appendix 6. 3. Frequency of Ordering The equipment requires preventive maintenance services quarterly. The JSSP IT Department will work with the service provider to schedule maintenance of all equipment during each 3 month quarter. 4. Preventive Maintenance

Page 6: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 6 of 21

Preventive maintenance shall be performed in accordance with the manufacturer’s standards. Preventive maintenance includes the following activities:

• Written inspection and evaluation of the equipment

• Cleaning the inside and outside of the machine using vacuum cleaners and chemical cleaning solutions specifically designated for cleaning the equipment. This includes removing natural dust, paper dust and fragments, toner dust, and mechanical dust.

• Lubrication of all parts requiring lubrication

• Adjustments as required

• Toner and consumables check

• Required software and firmware updates

• Complete operational check to include all printer/copier functions

5. Faults or Malfunctions Discovered During Maintenance If the service provider discovers or experiences a malfunction or fault requiring repair during preventive maintenance checks and services, the service provider shall inspect and evaluate every component in the equipment necessary to locate the cause of the malfunction to determine if it is more cost efficient to repair or replace the equipment. All repairs or part replacements shall be approved by the JSSP Deputy Chief of Team- Operations or her/his designated representative prior to commencing work. 6. Reporting and Verification The service provider shall provide specific written details pertaining to each piece of equipment serviced to include, date of service, manufacturer, model, location, serial number, any diagnostic codes and general condition of the equipment and any maintenance services completed. The designated JSSP point of contact must verify the services performed on each piece of equipment. E. ON CALL REPAIR 1. Scope The service provider must provide the appropriate staffing resources, tools, parts, materials, supplies, and diagnostic equipment to perform repairs, inspections, troubleshooting, adjustments, replacement of failed components and support services for the IT equipment located at CMS sites. A detailed list of equipment at each location is provided in Appendix 7.

Page 7: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 7 of 21

2. Scheduling

a. The service provider shall provide a primary and alternate phone number and an email address to receive trouble and service request calls from Tt from Saturday – Wednesday between 8:00 a.m. and 4:00 p.m.

b. The service provider shall identify a single point of contact to serve as the responsible

individual for daily communication with Tt regarding repair scheduling and status updates.

c. Unless, otherwise agreed to, the service provider shall provide on-site assessment of

equipment requiring repair within 5 business days of the request from Tt.

d. Results of the assessment will be submitted to Tetra Tech within 5 business days of the request and provide a detailed proposal which lists parts required to complete the work at the prices listed in any agreement awarded as a result of this RFP and an estimated completion date for the work required.

e. Tetra Tech will provide a decision within five business days of receiving the proposal

on whether the work will proceed. If the work is approved, Tetra Tech will issue authorization to proceed with the required work through an official purchase order.

f. The service provider will not make repairs without receipt of an official purchase

order issued by Tetra Tech. 3. Parts

a. The service provider will procure and furnish all parts, materials, and supplies required for repairs, inspections, and other services.

b. All parts installed in any equipment must have been originally manufactured for that

equipment, by or for the Original Equipment Manufacturer (OEM), or be an approved, certified equivalent. Deviations from the OEM's original or approved replacement part or revision level must be approved in writing by Tetra Tech before that part is installed in any equipment. Only new parts and materials are permissible where replacement of parts and materials is required in accordance with the manufacturer's guidelines to effect the necessary repairs. Where such OEM or OEM equivalent replacement parts are unavailable, the service provider may propose substitute brands provided such brands are equal or better than the ones replaced.

c. Parts must be at or above the replaced part's current revision level. Only new or

certified- as new OEM or approved parts shall be used when replacement parts are required. All replacement parts used to repair a failed device must return that device to its original operating functionality, or better. All replacement parts used must be the equal or equivalent of the replaced part in function and quality, such as a 1 TB

Page 8: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 8 of 21

hard drive @ 7,200 rpm must be replaced with a 1 TB hard drive @ 7,200 rpm, or better.

4. Warranty The service provider shall warrant all parts and components used to repair equipment with a full one-year warranty for labor, repair and/or replacement, at no charge to Tt. In no event will this warranty be less than a full year from the date of repair. F. PRICING 1. As the services contemplated in this agreement shall be required for an extended period of time with unknown frequency, the budgetary pricing should be based upon the per unit repair and/or maintenance price for each type of equipment specified above in this SOW. 2. All other costs and fees, including but not limited to, site surveys and equipment delivery costs, commissioning, training fees and installation fees shall be borne solely by the service provider. 3. All pricing shall be in U.S. dollars. G. PERIOD OF PERFORMANCE The period of performance for any agreement issued under this RFP is expected to run from January 28, 2021 to August 27, 2021. Any agreement issued may be extended upon the agreement of both parties from August 28, 2021 to January 27, 2022.

Appendix 2 – Cover Letter Format

[Offeror: Insert date]

Procurement Department Justice Sector Support Program, Tetra Tech DPK U.S. Embassy Kabul, Afghanistan

Reference: Request for Proposals, Onsite Maintenance and Repair of CMS Equipment, JSSP-RFP-2020-002

Subject: [Offeror: Insert name of your organization]’s technical and cost proposals

Dear JSSP Procurement Department:

Page 9: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 9 of 21

[Offeror: Insert name of your organization] is pleased to submit its proposal in regard to the above- referenced request for proposals. For this purpose, we are pleased to provide the information furnished below:

Legal Name of Company

Name of Company’s Legal Representative

Taxpayer Identification Number

Address

Telephone

E-mail

As required by Section F.1, we confirm that our proposal, including the cost proposal will remain valid for 90 calendar days after the proposal deadline.

We are further pleased to provide the following appendices containing the information requested in the RFP:

[Offerors: It is incumbent on each Offeror to clearly review the RFP and its requirements. It is each Offeror's responsibility to identify all required appendices and include them]

a. Cover Letter

b. Technical Proposal

c. Cost Proposal

d. Copy of business license registration or incorporation in the public registry, or equivalent document from the government office where the Offeror is registered.

e. Copy of company tax registration, or equivalent document.

Appendix 3 – Technical Proposal Format

1. Corporate Credentials and Past Experience

a. Describe your company’s overall services and capabilities (narrative: maximum 1 page)

b. Describe your company’s experience with projects of a similar nature. (narrative: maximum 1/2 page)

Page 10: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 10 of 21

c. List a minimum of two (2) customers for whom similar services were performed and describe the nature and scope of services rendered.

i. Client 1 Name:___________________________________ Email Address:________________________________________ Contact Person Name:_____________________________ Telephone No:___________________________________ Description of Services rendered: (narrative; maximum 1 page)

ii. Client 2 Name:___________________________________ Email Address:________________________________________ Contact Person Name:_____________________________ Telephone No:___________________________________ Description of Services rendered: (narrative: maximum 1 page)

2. Maintenance Timeline

a. The printers and copiers located at each CMS site require preventive maintenance quarterly (every three months). Offerors must submit a sample timeline to show their plan to perform quarterly preventive maintenance of the equipment for each zone listed in Appendix 6 over a three month period. Offerors may use the calendar template in Appendix 5 or create their own calendar.

b. Timeline should show a day by day work location schedule over a three month period or the length of time required to complete the work.

3. Ability to Provide Repair Parts

a. Offeror must provide detailed information describing its ability to provide necessary replacement parts to locations in all 34 provinces of Afghanistan in a timely manner. This should include information about parts depot locations, parts delivery procedures, type and quantity of parts on hand, parts stocking and restocking and any other parts plans. Offeror must describe their ability to ensure that all parts will be of the latest model. (narrative: maximum 1 page)

4. Ability to Meet Response Time

a. Tt requires the service provider to provide on-site assessment of equipment requiring repair within 5 business days of the request from Tt. This equipment is located at approximately 556 sites throughout the 34 provinces of Afghanistan. Describe how your company can meet this requirement. (narrative: maximum 1 page)

Page 11: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 11 of 21

Appendix 4 – Cost Proposal Format

The Offeror shall prepare a cost proposal using the templates provided below.

1. Unit Pricing for Repair Parts

a. Offerors shall submit fixed unit prices for the common repair parts listed below for equipment listed in Appendix 6. .

b. Offered fixed unit prices for parts shall be all inclusive meaning the price shall include the part cost and all labor to diagnose and troubleshoot the repair, remove the faulty part, and install the new part.

c. Offerors may submit one template with fixed prices applicable to all eight zones or submit a template for each zone.

Desktop Computer Parts Offered Unit Price (USD) Keyboard for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) Mouse for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) Motherboard for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) Power Supply for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) RAM 8GB, for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) Processor for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) Power Supply for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) RAM 4GB, for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) LED Monitor Dell 19 inch LED Monitor Dell 23 inch Power Button for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) Hard Drive for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) DVD ROM for Dell OptiPlex (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) BIOS Battery (9020, 9010, 7060, 7040, 790, 7070, 3050, 7010) Microsoft Windows 10 License Microsoft Office 2019 Professional License Anti-Virus License

Printer Parts Offered Unit Price (USD) Drum Box for LaserJet Printer (M426fdw, M600, M602N, M605, M607, P2055dn, 400 color, 1536dnf, M507, M506n) Laser Kit for LaserJet Printer (M426fdw, M600, M602N, M605, M607, P2055dn, 400 color, 1536dnf, M507, M506n) Powerboard for LaserJet Printer (M426fdw, M600, M602N, M605, M607, P2055dn, 400 color, 1536dnf, M507, M506n)

Page 12: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 12 of 21

USD Board for LaserJet Printer (M426fdw, M600, M602N, M605, M607, P2055dn, 400 color, 1536dnf, M507, M506n) Heater Section for LaserJet Printer (M426fdw, M600, M602N, M605, M607, P2055dn, 400 color, 1536dnf, M507, M506n)

System Board for LaserJet Printer (M426fdw, M600, M602N, M605, M607, P2055dn, 400 color, 1536dnf, M507, M506n) Transfer Kit for LaserJet Printer (M426fdw, P2055dn, 400 color) Roller for LaserJet Printer (M426fdw, M600, M602N, M605, M607, P2055dn, 400 color, 1536dnf, M507, M506n) Tray for LaserJet Printer (M426fdw, M600, M602N, M605, M607, P2055dn, 400 color, 1536dnf, M507, M506n) Fuser Kit for LaserJet Printer (M426fdw, M600, M602N, M605, M607, P2055dn, 400 color, 1536dnf, M507, M506n)

Copier Parts Offered Unit Price (USD) Drum for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) Drum Unit for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) ADF for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) ADF Scanner Glass Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) Scanner for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) Powerboard for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) USD Board for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) Fuser Film Sleeve for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) Blade for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) Toner Box for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) System Board for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) Power Cable for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) Tray for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) Roller for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520) Heater Section for Canon Copier (IR 2318, IR 2420, IR 2202, IR 2520)

UPS Parts Offered Unit Price (USD) (12V – 12A) UPS Battery ( for APC, Santak, Mercury Elite) (24V – 24A) UPS Battery (for APC, Santak, Mercury Elite) UPS Motherboard (for APC, Santak, Mercury Elite) Transformer (for APC, Santak, Mercury Elite) Automatic Voltage Regulator (for APC, Santak, Mercury Elite)

Router Parts Offered Unit Price (USD) Wireless Router – Power Adapter (for Asus router)

Camera Parts Offered Unit Price (USD)

Page 13: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 13 of 21

Power button (Canon [A3400, E3400, A2500, IXUS175], Sony [Cyber-shot]) Battery (Canon [A3400, E3400, A2500, IXUS175], Sony [Cyber-shot]) Charger (Canon [A3400, E3400, A2500, IXUS175], Sony [Cyber-shot]) Memory Card (Canon [A3400, E3400, A2500, IXUS175], Sony [Cyber-shot])

Laptop Computer Parts Offered Unit Price (USD) Keyboard (Dell Inspiron 3580) Touchpad (Dell Inspiron 3580) Hard drive (Dell Inspiron 3580) RAM (Dell Inspiron 3580) Processor (Dell Inspiron 3580) Battery (Dell Inspiron 3580) Screen (Dell Inspiron 3580)

2. Unit Pricing for Quarterly Maintenance Service

Page 14: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 14 of 21

a. The tables below list the estimated quantities and locations of printers and copiers requiring quarterly preventive maintenance.

b. Offerors will enter the price in the Unit Price column to perform a quarterly preventive maintenance service as described in the Scope of Work for one item of the equipment listed in the table. The winning offeror will be paid the unit price for each item listed in the lot that is serviced. For example, Lot 1 contains 139 printers and copiers. If the winning offeror submits a unit price of $10 and performs preventive maintenance on all 139 items, the payment will be $1,390 for all of the equipment in the lot.

Lot 1. Equipment located in Kandahar Zone (Kandahar, Helmand, Uruzgan, Zabul Provinces)

No. Description Make Model Estimated Quantity in Lot Province Unit Unit Price (USD) 1 Printer HP LaserJet 600 M602N 18 Kandahar

Quarterly Maintenance Service

2 Printer HP LaserJet Enterprise M506n 1 Kandahar 3 Copier Canon IR 2420 4 Kandahar 4 Copier Canon IR 2202 14 Kandahar 5 Copier HP LaserJet Pro M426fdw 5 Kandahar 6 Copier Canon IR 2202 15 Helmand 7 Copier HP LaserJet Pro M426fdw 3 Helmand 8 Printer HP LaserJet 600 M602 15 Helmand 9 Printer HP LaserJet Enterprise M506n 2 Helmand 10 Copier Canon IR 2202 15 Uruzgan 11 Copier HP LaserJet Pro M426fdw 1 Uruzgan 12 Printer HP LaserJet 600 M602 15 Uruzgan 13 Copier Canon IR 2202 14 Zabul 14 Copier HP LaserJet Pro M426fdw 3 Zabul 15 Printer HP LaserJet 600 M602 14 Zabul

Page 15: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 15 of 21

Lot 2. Equipment located in Nangarhar Zone (Nangarhar, Laghman, Kunar, and Nuristan Provinces)

No. Description Make Model Estimated Quantity in Lot Province Unit Unit Price (USD) 1 Printer HP LaserJet 2055dn 19 Nangarhar

Quarterly Maintenance Service

2 Printer HP LaserJet 600 M602N 2 Nangarhar 3 Printer HP LaserJet Pro M426fdw 10 Nangarhar 4 Printer HP LaserJet Enterprise M507dn 4 Nangarhar 5 Copier Canon IR 2202N 5 Nangarhar 6 Copier Canon IR 2318 6 Nangarhar 7 Copier Canon IR 2420 10 Nangarhar 8 Copier HP LaserJet Pro M426fdw 4 Nangarhar 9 Printer HP LaserJet Enterprise M506n 1 Nangarhar 10 Printer HP LaserJet 600 M602N 14 Laghman 11 Copier Canon IR 2202 14 Laghman 12 Copier HP LaserJet Pro M426fdw 2 Laghman 13 Printer HP M602N-52P 14 Kunar 14 Copier Canon IR 2202 14 Kunar 15 Copier HP LaserJet Pro M426fdw 3 Kunar 16 Printer HP LaserJet Enterprise M605 6 Nuristan 17 Printer Canon IR 2202N 6 Nuristan

Page 16: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 16 of 21

Lot 3. Equipment located in Paktia Zone (Paktia, Paktika, Logar, and Khost Provinces)

No. Description Make Model Estimated Quantity in Lot Province Unit Unit Price (USD) 1 Printer HP LaserJet 600 M602N 14 Paktia

Quarterly Maintenance Service

2 Copier Canon IR 2202 14 Paktia 3 Printer HP LaserJet Pro M426fdw 7 Paktia 4 Printer HP LaserJet 600 M602N 14 Paktika 5 Copier Canon IR 2202 14 Paktika 6 Printer HP LaserJet Pro M426fdw 5 Paktika 7 Printer HP LaserJet 600 M602N 13 Khost 8 Copier Canon IR 2202 13 Khost 9 Printer HP LaserJet Pro M426fdw 7 Khost 10 Printer HP LaserJet Enterprise M506n 1 Khost 11 Printer HP LaserJet 600 M602N 13 Logar 12 Copier Canon IR 2202 13 Logar 13 Printer HP LaserJet Pro M426fdw 6 Logar

Page 17: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 17 of 21

Lot 4. Equipment located in Bamyan Zone (Bamyan, Daykundi, Panjshir, Kapisa, Wardak, and Parwan Provinces)

No. Description Make Model Estimated Quantity in Lot Province Unit Unit Price (USD) 1 Printer HP LaserJet 600 M602N 15 Bamyan

Quarterly Maintenance Service

2 Copier Canon IR 2202 15 Bamyan 3 Copier HP LaserJet Pro M426fdw 3 Bamyan 4 Printer HP LaserJet 600 M602N 14 Daykundi 5 Copier Canon IR 2202 14 Daykundi 6 Copier HP LaserJet Pro M426fdw 3 Daykundi 7 Printer HP LaserJet 600 M602N 13 Panjshir 8 Copier Canon IR 2202 13 Panjshir 9 Copier HP LaserJet Pro M426fdw 10 Panjshir 10 Printer HP LaserJet 600 M602N 14 Kapisa 11 Printer HP LaserJet Pro M426fdw 13 Kapisa 12 Copier Canon IR 2202 14 Kapisa 13 Printer HP LaserJet Model M602N 14 Wardak 14 Copier Canon IR 2202 14 Wardak 15 Printer HP LaserJet Pro M426fdw 3 Wardak 16 Printer HP LaserJet Enterprise M507dn 2 Wardak 17 Printer HP LaserJet 600 M602N 14 Parwan 18 Printer HP LaserJet M507dn 2 Parwan 19 Copier Canon IR 2202 14 Parwan 20 Copier HP LaserJet Pro M426fdw 7 Parwan 21 Printer HP LaserJet Enterprise M506n 1 Parwan 22 Printer HP Laser jet Enterprise M607 5 Parwan-Bagram 23 Copier HP LaserJet Enterprise M507dn 1 Parwan-Bagram 24 Copier Canon IR 2520 5 Parwan-Bagram 25 Copier HP LaserJet Pro M426fdw 2 Parwan-Bagram

Page 18: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 18 of 21

Lot 5. Equipment located in Balkh Zone (Balkh, Samangan, Sar-e Pul, Faryab, and Jowzjan Provinces)

No. Description Make Model Estimated Quantity in Lot Province Unit Unit Price (USD) 1 Printer HP LaserJet 600 M602N 15 Balkh

Quarterly Maintenance Service

2 Copier Canon IR 2318 9 Balkh 3 Printer HP LaserJet 2055bn 3 Balkh 4 Copier Canon IR 2202 10 Balkh 5 Copier HP LaserJet Pro M426fdw 5 Balkh 6 Printer HP LaserJet Enterprise M506n 1 Balkh 7 Printer HP LaserJet 600 M602N 13 Samangan 8 Copier Canon IR 2202 13 Samangan 9 Copier HP LaserJet Pro M426fdw 3 Samangan 10 Printer HP LaserJet 600 M602N 16 Faryab 11 Copier Canon IR 2202 16 Faryab 12 Copier HP LaserJet Pro M426fdw 3 Faryab 13 Printer HP LaserJet 600 M602N 15 Sar-e Pul 14 Copier Canon IR 2202 14 Sar-e Pul 15 Copier Canon IR 2420 1 Sar-e Pul 16 Copier HP LaserJet Pro M426fdw 3 Sar-e Pul 17 Printer HP LaserJet 600 M602N 15 Jowzjan 18 Copier Canon IR 2202 15 Jowzjan 19 Copier HP LaserJet Pro M426fdw 3 Jowzjan

Page 19: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 19 of 21

Lot 6. Equipment located in Herat Zone (Herat, Badghis, Farah, Nimroz, and Ghor Provinces)

No. Description Make Model Estimated Quantity in Lot Province Unit Unit Price (USD) 1 Printer HP LaserJet 600 M602N 19 Herat

Quarterly Maintenance Service

2 Copier Canon IR 2202 21 Herat 3 Copier HP LaserJet Pro M426fdw 7 Herat 4 Printer HP LaserJet Enterprise M506n 1 Herat 5 Printer HP LaserJet 600 M602N 14 Badghis 6 Copier Canon IR 2202 14 Badghis 7 Copier HP LaserJet Pro M426fdw 3 Badghis 8 Copier Canon IR 2202 16 Farah 9 Printer HP LaserJet 600 M602N 16 Farah 10 Copier HP LaserJet Pro M426fdw 3 Farah 11 Printer HP LaserJet 600 M602N 14 Nimroz 12 Copier Canon IR 2202 14 Nimroz 13 Copier HP LaserJet Pro M426fdw 3 Nimroz 14 Printer HP LaserJet 600 M602N 15 Ghor 15 Copier Canon IR 2202 15 Ghor 16 Copier HP LaserJet Pro M426fdw 3 Ghor

Page 20: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 20 of 21

Lot 7. Equipment located in Kunduz Province (Kunduz, Badakhshan, Baghlan, and Takhar Provinces)

No. Description Make Model Estimated Quantity in Lot Province Unit Unit Price (USD) 1 Printer HP LaserJet 600 M602N 14 Kunduz

Quarterly Maintenance Service

2 Copier Canon IR 2318 7 Kunduz 3 Copier Canon IR 2202 6 Kunduz 4 Copier Canon IR 2420 6 Kunduz 5 Printer HP Laser Jet 600 M602 13 Badakhshan 6 Copier Canon IR 2420 11 Badakhshan 7 Copier Canon IR 2202 2 Badakhshan 8 Copier HP LaserJet Pro M426fdw 5 Badakhshan 9 Printer HP LaserJet Enterprise M506n 5 Badakhshan 10 Printer HP LaserJet 600 M602N 16 Baghlan 11 Copier Canon IR 2202 16 Baghlan 12 Copier HP LaserJet Pro M426fdw 4 Baghlan 13 Printer HP LaserJet Enterprise M506n 2 Baghlan 14 Printer HP LaserJet 600 M602N 14 Takhar 15 Copier Canon IR 2202 14 Takhar 16 Copier HP LaserJet Pro M426fdw 3 Takhar 17 Printer HP LaserJet Enterprise M506n 1 Takhar

Page 21: REQUEST FOR PROPOSALS A. Introduction

Request for Proposals, JSSP-RFP-2020-002

Page 21 of 21

Lot 8. Equipment located in Kabul City

No. Description Make Model Estimated Quantity in Lot Province Unit Unit Price (USD) 1 Copier Canon IR 2318 21 Kabul City

Quarterly Maintenance Service

2 Copier Canon IR 2202 35 Kabul City 3 Copier HP LaserJet Pro M426fdw 54 Kabul City 4 Printer HP HP M602N 36 Kabul City 5 Printer HP LaserJet Enterprise M507dn 11 Kabul City