47
Chemonics International Request for Proposals RFP # 001-RFP-PSM-ZMB-PFSU Page 1 of 47 Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 1 Request for Proposals (RFP) Provide and install 10 identical pre-fabricated Storage Units (PFSU), assembled on site, for the storage of pharmaceutical grade product at 10 separate district locations throughout Zambia. RFP Number: 001-RFP-PSM-ZMB-PFSU Description: This RFP describes the requirements for ten (10) pre- fabricated storage units for pharmaceutical grade product at ten (10) separate district locations in Zambia. The scope of work includes the provision and installation of pre-fabricated storage units using two alternative foundation approaches. For: GHSC-PSM/Zambia Contracting Entity: Chemonics International, Inc. Funded by: United States Agency for International Development (USAID), Contract No. AID- OAA-I-15-00004; Task Order 01 Contract No. AID-OAA-TO-15-00007; Task Order 02 Contract No. AID- OAA-TO-15-00009; and Task Order 03 Contract No. AID-OAA- TO-15-00010. Place of Performance: Various District locations, Zambia Release Date: October 12, 2017 Questions Due: October 20, 2017 Bidders’ Conference: October 26, 2017 Proposals Due: November 10, 2017 Chemonics International Inc, (Chemonics) implementing the GHSC-PSM/Zambia, is soliciting proposals for the supply of services described herein. GHSC-PSM/Zambia is an official project of the United States Agency for International Development (USAID) under Contract No. AID- OAA-I-15-00004; Task Order 01 Contract No. AID-OAA-TO-15-00007; Task Order 02 Contract No. AID-OAA-TO-15-00009; and Task Order 03 Contract No. AID-OAA-TO-15-00010. Please submit your proposal for the services described herein in accordance with the instructions to Offerors and terms and conditions of this RFP.

Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 1 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 1

Request for Proposals (RFP) Provide and install 10 identical pre-fabricated Storage Units (PFSU), assembled on site, for the storage of pharmaceutical grade product at 10 separate district locations throughout Zambia. RFP Number: 001-RFP-PSM-ZMB-PFSU Description: This RFP describes the requirements for ten (10) pre-

fabricated storage units for pharmaceutical grade product at ten (10) separate district locations in Zambia. The scope of work includes the provision and installation of pre-fabricated storage units using two alternative foundation approaches.

For: GHSC-PSM/Zambia Contracting Entity: Chemonics International, Inc. Funded by: United States Agency for International Development (USAID),

Contract No. AID- OAA-I-15-00004; Task Order 01 Contract No. AID-OAA-TO-15-00007; Task Order 02 Contract No. AID-OAA-TO-15-00009; and Task Order 03 Contract No. AID-OAA-TO-15-00010.

Place of Performance: Various District locations, Zambia Release Date: October 12, 2017 Questions Due: October 20, 2017 Bidders’ Conference: October 26, 2017 Proposals Due: November 10, 2017 Chemonics International Inc, (Chemonics) implementing the GHSC-PSM/Zambia, is soliciting proposals for the supply of services described herein. GHSC-PSM/Zambia is an official project of the United States Agency for International Development (USAID) under Contract No. AID- OAA-I-15-00004; Task Order 01 Contract No. AID-OAA-TO-15-00007; Task Order 02 Contract No. AID-OAA-TO-15-00009; and Task Order 03 Contract No. AID-OAA-TO-15-00010. Please submit your proposal for the services described herein in accordance with the instructions to Offerors and terms and conditions of this RFP.

Page 2: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 2 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 2

This RFP includes the following sections and attachments:

1. INSTRUCTIONS TO OFFERORS

2. SCOPE OF WORK

ATTACHMENT A LETTER OF TRANSMITTAL

ATTACHMENT B REQUIRED CERTIFICATIONS

ATTACHMENT B1 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION

ATTACHMENT B2 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO

INFLUENCE CERTAIN FEDERAL TRANSACTIONS

ATTACHMENT B3 TAXPAYER IDENTIFICATION

ATTACHEMENT B4 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY

MATTERS

ATTACHMENT B5 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR

FOR LISTED END PRODUCTS

ATTACHMENT B5A CURRENT LIST OF PRODUCTS AND COUNTRIES ON EO 13126 LIST

ATTACHMENT B6 EVIDENCE OF RESPONSIBILITY STATEMENT

ATTACHMENT B-7 SUBCONTRACTOR CERTIFICATION REGARDING TRAFFICKING

IN PERSONS COMPLIANCE PLAN

ATTACHMENT C EXAMPLE BANK GUARANTEE FOR PERFORMANCE SECURITY

ATTACHMENT D SITE ASSESSMENT SUMMARY DATA

ATTACHMENT E1 SCHEDULE OF VALUES - GRAVEL OR CRUSHED STONE BASE

ATTACHMENT E2 SCHEDULE OF VALUES – PRECAST CONCRETE PADS

ATTACHMENT F FURNISHINGS & RACKING SYSTEM REQUIREMENTS

ATTACHMENT G TECHNICAL REQUIREMENTS

ATTACHMENT G-1 CONCEPT DRAWING – PFSU

ATTACHMENT G-2 STORAGE UNIT DESIGN REQUIREMENTS

ATTACHMENT G-3 PREFABRICATED STORAGE UNIT FOUNDATION SYSTEM -GRAVEL OR CRUSHED STONE BASE

ATTACHMENT G-4 PREFABRICATED STORAGE UNIT FOUNDATION SYSTEM –PRECAST CONCRETE PADS

ATTACHMENT H PREFABRICATED STORAGE UNITS (PFSU) SITE HANDOVER CERTIFICATE

Page 3: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 3 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 3

ACRONYMS AIDAR Agency for International Development Regulations BOQ Bill of Quantities CFR Code of Federal Regulations CO USAID Contracting Officer COP GHSC-PSM/Zambia Chief of Party COR USAID Contracting Officer Representative FAR Federal Acquisition Regulations RFP Request for Proposals SOW Statement of Work USAID United States Agency for International Development

Page 4: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 4 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 4

SECTION 1: INSTRUCTIONS TO OFFERORS 1.1 Introduction Chemonics International as Prime Contractor for the GHSC-PSM/Zambia is requesting proposals for the following: Provide and install ten (10) pre-fabricated storage units, assembled on site, inclusive of foundations, equipment, furniture, storage shelving, internal electrical reticulation and provision of certain materials, equipment and furniture for the storage of pharmaceutical grade product at the below listed locations in Zambia.

# Province District Health Office

1 Northern Mbala

2 Central Kapiri Mposhi

Mumbwa

3 Copperbelt Kitwe

Ndola

4 Lusaka Chongwe

5 Western Limulunga

Mongu

6 Southern Mazabuka

Livingstone

Offerors are fully responsible to be familiar with the road conditions in Zambia and price their Offers accordingly.

1.2. Offer Deadline

Offers must be received in hard and soft copy no later than 17:00 local Washington DC time on November 10, 2017 at the following addresses:

Hard Copies : Chemonics International Inc. 251 18th Street South 12th Floor Arlington, VA 22202 Attention: Barry Chovitz

Soft Copies : [email protected]

Late offers will be considered at the discretion of the Chemonics evaluation committee. 1.3 Protocol for Submission of Offers and Required Documents Offerors are responsible for ensuring that their offers are received in accordance with the instructions stated herein.

Page 5: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 5 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 5

All offers must be prepared in English. Any resultant subcontract will be issued in English and the English language will govern. All proposals must be submitted in two volumes, consisting of:

Volume 1: Technical Volume (See Section 1.6)

Volume 2: Cost Volume (see Section1.8) These volumes must be submitted in separate, sealed envelopes. Three (3) hard copies—one original and two copies—of each volume must be included in each envelope. Offerors are also required to submit one (1) electronic version of each volume on a CD-ROM. Each envelope must be clearly marked with the RFP number 001-RFP-PSM-ZMB-PFSU), the complete legal name and contact information of the offeror’s organization, and the delivery address found below. Upon delivery, applicants will be issued a stamped receipt confirming timely submission. Each offeror may submit only one proposal. An offeror who submits or participates in more than one proposal shall cause all the proposals with that offeror’s participation to be disqualified. 1.4 Questions and Clarifications All questions and/or clarifications regarding this RFP must be submitted via email to [email protected] no later than 17:00 local Washington DC time on October 20, 2017. All correspondence and/or inquiries regarding this solicitation must reference the RFP number in the subject line. No phone calls or in-person inquiries will be entertained; all questions and inquiries must be in writing. Questions and requests for clarification—and the responses thereto—that Chemonics believes may be of interest to other offerors will be circulated to all RFP recipients who have indicated an interest in bidding. Only the written answers will be considered official and carry weight in the RFP process and subsequent evaluation. Any verbal information received from a Chemonics or GHSC-PSM/HQ or Zambia employee or other entity shall not be considered as an official response to any questions regarding this RFP. 1.5 Mandatory Offeror’s Conference A mandatory Offerors’ conference shall be held online on October 26, 2017 at 9:30am local Washington DC time and provisions shall be made for attendance via teleconferencing (Skype). Attendence is mandatory for any Offeror wishing to submit a proposal and interested offerors should contact the email address listed above to receive the teleconference information. The mandatory Offerors’ conference will provide prospective Offerors an opportunity to familiarize themselves with the needs of the PFSU. Many requirements of the project that will result from this tender are specific and non negotiable, therefore Offerors are required to participate in this Offerors’ conference in order to ensure sound proposals and few-to-no delays during implementation. Details for attending the Offerors’ conference via teleconferencing shall be sent to offerors upon confirmation of their attendance.

Page 6: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 6 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 6

Offerors shall RSVP by 17:00 local Washington DC time on October 20, 2017 by sending confirmation to [email protected] with the RFP number in the subject line. Offerors shall indicate whether they will be joining via teleconference (Skype) and further instructions will be given regarding call-in details. The Offerors’ conference minutes, and any further enquiries received on or before the deadline stated in the RFP, will be documented and posted on the designated Chemonics website. No inquiries will be accepted after 5 working days prior to the deadline for submission of bids stated in the RFP.

Offerors must promptly report any errors, inconsistencies, or ambiguities regarding this RFP by sending an email to [email protected].

Upon receipt of an award, the Offeror waives any claim arising from any errors, inconsistencies or ambiguities, that the Offeror or any person or entity working with or under the Offeror on the contract became aware of, or should have reasonably become aware of, prior to Offeror’s submission of its proposal.

1.6 Technical Volume The Technical Volume should describe in detail how the offeror intends to carry out the requirements specified for prefabricated materials, design, transport, assembly and the services as described in the Scope of Work (SOW) found in Section 2 and relevant attachments. The technical volume should demonstrate a clear understanding of the work to be undertaken and the responsibilities of all parties involved. The technical volume should be organized by the evaluation criteria listed in Section 1.14 and respond to all requirements in Section 1.14. The Offeror shall include details on personnel, equipment, and Subcontractors who will be used to carry out the required activities. The following documents must be included in the Technical Volume (failure to submit all of the following documents may result in disqualification from award):

Completed Letter of Transmittal (see Attachment A)

Completed Required Certifications (see Attachment B)

Project Methodology (see below)

Environmental Compliance plan (see below)

Design documents and technical specifications

Dimensioned architectural and engineering drawings of proposed storage unit

Detailed design calculations for the PFSU floor system (flooring, subfloor & frame) and transfer of load to the ground

Technical specifications of the storage unit addressing all requirements in ths RFP

Draft Work Plan (see below)

CVs of Key Personnel (see below)

Information on Past Performance (see below)

Copy of official license of legal registration in Zambia if required under Zambian law Project Methodology and Technical Solution: Using the information contained in the SOW, the offeror should describe its approach for executing each phase (design including foundation system, design review, procurement, fabrication, and installation) of the project, in as much detail as necessary, for a successful outcome. The methodology and technical solution proposed by the offeror shall meet recognized international industry standards, all relevant Zambian design and building codes/regulations and International Building Code for similar

Page 7: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 7 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 7

constructions, and be cost efficient while taking into consideration the project’s location and availability of materials and equipment. The methodology section should also include an outline of the offeror’s approach to Quality Control and Quality Assurance (with description of testing and inspections), Safety Plan as well as compliance with the USAID/Zambia Environmental Regulations. The offeror should propose a detailed schedule that can be reasonably implemented for each phase of the project. 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing technical plan that includes the following information. A detailed environmental plan and guidance is being devised for the GHSC-PSM global project which will be shared with the selected vendor prior to the beginning of the works. Therefore, the Offeror is requested to allow for changes pertinent to this section.

Introduction o Project background o Description of product

Implementation strategy o Installation specification

Narrative including the following

Manufacture of building

Site preparation & placement of foundation – both alternatives

Delivery of product

Product installation procedures

Product commissioning and handover Solid waste

Narrative including the following o Packaging and storage o Transport o Disposal method

Waste –water mitigation

Narrative including the following o Erosion control measures, if deemed necessary during

the construction period o Implementation mitigation and monitoring plan

A table that includes: activity, potential impact, mitigation measure, responsible, monitoring indicators, frequency of monitoring, monitoring method

Health, safety and accident prevention plan o (a table that includes: activity/issue, potential/accident impact,

preventive/specific measure, responsible, timing, monitoring method)

Personnel training o Narrative including the following:

Accident prevention Tools and machinery safety Fire safety Emergency preparedness Personal protective equipment

Annex: o Country operating licenses

Transport

Page 8: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 8 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 8

Electrical Waste disposal Insurance

o Product specifications/engineering schematics o Copy of all monitoring tools/materials

Draft Work Plan: The draft work plan for the proposed services shall be submitted in the form of a Gantt chart and shall provide a step by step process for executing every phase of the work in the most efficient manner. Key Personnel: The offeror should demonstrate that professional staff with extensive experience is available to oversee and carry out the scope of work. The professional staff deemed as Key Personnel shall be fully available throughout the duration of the subcontract and shall not be replaced without prior written consent of Chemonics. The Technical Volume should include CVs for the following required key personnel:

Project Manager,

Supervisor of installations,

Certified Professional Engineer – Design and Quality Assurance Specialist. The Technical Volume should also include an organizational chart with the roles and availability of each proposed staff for this project. It is expected the awardee would work with local Zambian professionals and certified engineers to ensure consistency with applicable local regulations. Past Performance: The Technical Volume should include information on past performance, briefly describing at least three (3) recent contracts of similar scope and duration. It is not the intent of this RFP to solicit an overly long response but it is important that the offeror’s experience/expertise be adequately described. The information supplied must include the legal name and address of the organization for which services were performed, a description of the work performed, the duration of the work and size (in USD or Zambia Kwacha) of the contracts, a description of problems encountered in the performance of the work and actions taken to resolve them, and the contact information (current telephone number and email address) of a responsible representative of the contracting organization. Chemonics may use this information to contact representatives on prior contracts to obtain feedback on performance. Failure to submit complete and accurate information regarding previous similar or related contracts or subcontracts is grounds for disqualification from award. Any offer not including this information will be accepted at the discretion of the evaluation committee. There is a 20 page limit to the Technical Volume. This page limit does not include the following documents:

Completed Letter of Transmittal (see Attachment A)

Completed Required Certifications (see Attachment B)

Environmental Compliance Plan (link attached in the notification)

CVs of key personnel

Draft work plan

Sketches, catalogue cut sheets and/or drawings

1.8 Cost Volume The Cost Volume is used to establish the best value among proposals and serves as a basis of negotiation for the signing of the subcontract. The Cost Volume must include a detailed budget as well as a budget narrative which explains the basis for the estimate of each budget

Page 9: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 9 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 9

element. Supporting information should be provided in sufficient detail to allow a complete analysis of each cost element. The Cost Volume shall also include the costs for any materials, survey, and testing and analysis required to complete the development of the design documents. Any taxes or fees are not to be added later. Offers must show level of effort, materials, quantities, and total price. All items, services, etc. must be clearly labeled and included in the total price. The two alternatives for storage unit foundation shall be priced at every location. Quotations must be a firm fixed-price, expressed in USD. All offerors shall use the attached Schedule of Values (Attachments E1 and E2) with supporting cost details as the basis for the preparation of the detailed budget. The completed Schedule of Values shall be submitted with the Cost Volume. The anticipated contract type for this procurement will be a purchase order (firm fixed price). Please note that the inclusion of separate line items for any indirect costs or fee will not be permitted. As such, it is expected that each offeror will provide comprehensive total values for each component inclusive of any/all indirects and fees.

1.9 Performance Guarantee Within 14 calendar days after execution of this purchase order, the successful offeror shall deliver to Chemonics a performance guarantee in the amount of 10% of the subcontract amount in the form of an official bank guarantee or a cheque. The bank guarantee or cheque shall be issued by a reputable bank licensed to do business in Zambia. The format of the bank guarantee shall be as indicated in Attachment C. This Guarantee shall be valid until a date 28 days from the date of issue of the Certificate of Substantial Completion. If the successful offeror does not provide the performance guarantee within 14 days, then Chemonics reserves the right to immediately terminate the subcontract. 1.10 Authorized USAID Geographic Code All goods and services offered under this order must meet USAID Geographic Code 935 (Special Free World) requirements detailed in the Code of Federal Regulations (CFR), 22 CFR §228 and the Automated Directives System (ADS), ADS Chapter 260. No items, items with components from, or related services may be offered from the following countries: Cuba, Iran, North Korea, and Syria. Related services include incidental services pertaining to any/all aspects of this subcontract (including transportation, fuel, lodging, meals, and communications expenses).

1.11 Eligibility of Offerors This RFP is open to all qualified offerors who submit a proposal that meets the requirements in accordance to this RFP.

In accordance with Federal Acquisition Regulation Clause 52.209-6, “Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment,” (SEP 2006), all offerors must certify that they are not debarred, suspended, or proposed for debarment. Chemonics will not award a subcontract to any firm or firms’ principals who are debarred, suspended, or proposed for debarment, or who proposes to do business with firms or firms’ principals who are debarred, suspended, or proposed for debarment, in the performance of the requirement of this activity.

1.12 Validity Period

Page 10: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 10 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 10

Offers must remain valid for at least sixty (60) calendar days after the offer deadline. 1.13 Negotiations Best offer quotations are requested. It is anticipated that awards will be made solely on the basis of these original quotations. However, Chemonics reserves the right to conduct negotiations and/or request clarifications prior to awarding a subcontract. Chemonics reserves the right to make multiple awards if it is in the best interests of the GHSC-PSM/Zambia program.

1.14 Basis for Award Chemonics intends to award a subcontract resulting from this solicitation to the responsible offeror whose proposal represents the best value to the GHSC-PSM/Zambia program after evaluation of the following criteria, with the weights applied accordingly:

Proposed Methodology and Technical Solution 20 Points The offeror shall be evaluated on the overall understanding of the scope of work. Specifically, the offeror shall be evaluated on how realistic the proposed technical solution is in completing projects on schedule and meeting delivery guidelines. This technical solution shall integrate design methodology, procurement process, assembly methods, techniques, project scheduling, and project management to deliver the required scope of work with the highest construction quality. Special consideration shall be given to the offeror’s ingenuity, creativity, and use of sound engineering principles in its proposed solutions. The offeror’s proposal shall include a draft work plan providing a step by step process for executing every phase of the work in the most efficient manner.

Cost 25 Points The cost proposal is used to determine which proposals represent the best value and serves as a basis of negotiation before award of a subcontract. The price of the subcontract to be awarded will be an all-inclusive fixed price. No profit, fees, taxes, or additional costs can be added after award. Nevertheless, for the purpose of the proposal, offerors must provide a detailed budget showing major line items, e.g. salaries, allowances, travel costs, other direct costs, indirect rates, etc., as well as individual line items, e.g. salaries or rates for individuals, different types of allowances, rent, utilities, insurance, etc. Offers must show unit prices, quantities, and total price. All items, services, etc. must be clearly labeled and included in the total offered price. All cost information must be expressed in USD. The cost proposal shall also include a budget narrative that explains the basis for the estimate of every cost element or line item. Supporting information must be provided in sufficient detail to allow for a complete analysis of each cost element or line item. Chemonics reserves the right to request additional cost information if the evaluation committee has concerns of the reasonableness, realism, or completeness of an offeror’s proposed cost. Under no circumstances may cost information be included in the technical proposal. No cost information or any prices, whether for deliverables or line items, may be included in the technical proposal. Cost information must only be shown in the cost proposal.

Key Personnel 20 Points

Page 11: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 11 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 11

The offeror’s key personnel shall be evaluated on the experience of the team members with similar projects. In particular, special consideration will be given to a well experienced project manager and quality assurance specialist.

Past Performance and Experience 25 Points The offeror shall be evaluated on the experience the firm has with related projects of similar scope and size. In particular, special consideration shall be given to firms having executed such projects in Zambia or nearby countries. The references listed by the offeror shall be contacted to complete a survey.

Proposed Schedule of Implementation 10 Points Due to the nature of this project, time is of the essence. Therefore, special consideration shall be given to the offerors with an aggressive but realistic timeline for completing each phase of the scope of work as well as the overall implementation plan that meets the desired goals stated herein. A detailed draft work plan shall be included in the offeror’s technical volume.

Once the evaluation of offers is completed based on the above criteria, the Cost Volume will be used in conducting the best value analysis. The combined technical factors above are more important than cost or price. However, Chemonics will not select an offer for award on the basis of a superior technical proposal without considering cost. Cost will be evaluated based on cost reasonableness, allowability, and realism. A technical/cost trade-off analysis will be performed by Chemonics in order to determine the best value to the project.

1.15 Terms and Conditions of Subcontract Chemonics anticipates awarding a fixed price subcontract in the form of a purchase order. Issuance of this solicitation does not in any way obligate Chemonics to award a subcontract, nor does it commit Chemonics to pay for costs incurred in the preparation and submission of a proposal.

1.16 Protests Please note that in submitting a response to this solicitation, the Offeror understands that USAID is not a party to this solicitation and the offeror agrees that any protest hereunder must be presented—in writing with full explanations—to Chemonics International for consideration, as USAID will not consider protests made to it under USAID-financed subcontracts. Chemonics, at its sole discretion, will make a final decision on the protest for this procurement.

Page 12: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 12 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 12

SECTION 2: SCOPE OF WORK A. OBJECTIVE The intent of this document is to provide interested offerors with sufficient information to enable them to prepare and submit a proposal for: provide and install ten (10) pre-fabricated storage units of approximately 80 m2 for the storage of pharmaceutical grade product. The storage units shall be assembled on site and include foundations, equipment, furniture, storage shelving, internal electrical installations and provision of certain materials, all as detailed herein. The requested storage units must be designed for the storage of boxed and individual containers of pharmaceutical grade product, which will be stored on shelving. The beneficiary of this support is the Government of Zambia/Ministry of Health (MOH) and the ten (10) District Health Offices (DHO). The storage buildings provided under this RFP represent the final storage/repacking step in the Zambian health commodity supply chain. This initiative involves the following key entities:

(1) USAID, through Chemonics/GHSC-PSM, is funding the manufacture, transport and installation of the storage units and works described in this RFP.

(2) The MOH, through its various DHOs, is funding the installation of electrical connections at each storage unit.

Site Assessments & On site Characteristics Each of the ten (10) DHO sites have been inspected by GHSC-PSM representatives and summary information is presented in Attachment D. It is the responsibility of the Offeror to know the condition and passability of Zambian roads in the regions proposed for storage units under this RFP. Offerors shall note that in two locations, Limulunga and Mongu, site assessments have determined that large trucks cannot reach the DHO sites. Offerors shall include in their Offer the transport of materials using vehicles appropriate for the local road conditions. This RFP does not include information on truck access within the DHO sites and at the specific location of proposed storage units. Only flat pack style storage units which are assembled at each DHO are allowed under this RFP. Furthermore, the exact location of the proposed PFSU at each DHO has not been documented at all ten (10) proposed locations. The successful Offeror, prior to the transport of PFSU components to DHO sites, shall be required to conduct a joint inspection of each DHO location with the GHSC-PSM engineer to select and document an agreed installation site with the MOH local authorized representative which allows truck access and fabrication of the storage unit. See Attachment H for the template, “PFSU SITE HANDOVER (District Medical Officer to GHSC-PSM Vendor) CERTIFICATE”. A.1 SCOPE OF WORK

The work to be performed under this subcontract shall consist of the following: providing all tools, equipment, materials, supplies, and manufactured articles; furnishing all labor, transportation, engineering, design and services, including testing, shipping, fuel, power, water, and essential communications; and performing all work or other operations required for

Page 13: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 13 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 13

the fulfillment of the subcontract. The work shall be complete, and all work, materials, and services including temporary power, not expressly indicated or called for in the Scope of Work which may be necessary for the proper design and completion of the work in good faith shall be provided by the Subcontractor. The Subcontractor shall be responsible for ensuring the procurement, shipping, customs clearance, assembly, and all associated works with the prefabricated storage units in the 10 specified DHO locations.

The works to be performed include the following:

Implementation Plan The Subcontractor shall be responsible for the development of a detailed Implementation Plan to provide and install the prefabricated storage units. At a minimum, the Implementation Plan shall include the detailed design, structural calculations and manufacturers’ data demonstrating that all RFP requirements have been met, a stakeholder coordination plan, a listing of the available records reviewed, the finalized progress and work schedule, a description of the means and methods to be employed for a successful delivery, identification of the required local and central level government permits, site visits of each site to finalize and document storage unit access and footprint location, schedule of any tests to be performed during assembly and name of the company(ies) that will perform the testing, a listing of all proposed activities with their anticipated duration and the names of responsible personnel, site staging plan, site safety plan, quality control and assurance plan, as well as the proposed suppliers to be retained by the Subcontractor.

Fabrication of Storage Units Upon approval of the Implementation Plan the manufacture of storage units can begin. Prior to shipping, an inspection of an assembled storage unit shall be conducted at the place of manufacture and approval granted by a GHSC-PSM engineer.

The storage unit design must comply with the latest requirements of all applicable Zambian government codes and International Building Code for similar constructions.

Refer to Attachment G. Technical Requirements for additional provisions regarding the design. Kick-Off Meeting Following the approval of the Implementation Plan and completion of the site visits / finalization of storage unit locations, the Subcontractor shall participate in a kick-off meeting in Lusaka with GHSC-PSM and MOH. The purpose of the kick-off meeting is to introduce the Subcontractor, identify existing constraints, and review the Implementation Plan and Final Design Documents for the storage unit, and any adjustments to the installation schedule.

The Subcontractor shall summarize the comments generated during the meeting in a memorandum.

Site and Prefabricated Assembly Mobilization of the Subcontractor shall not occur until GHSC-PSM has issued written authorization to do so.

All onsite assembly of the storage units shall be as per the final GHSC-PSM approved detailed design documents, unless modified by GHSC-PSM in writing. The Subcontractor shall be responsible for the disposal of all waste material generated by the Subcontractor’s activities during the assembly period. The Subcontractor shall also be responsible for all cleaning and site maintenance activities, including the maintenance of all erosion control measures, during the installation phase and for final

Page 14: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 14 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 14

cleanup. The Subcontractor shall be responsible for cleaning up the worksite following each workday. During the implementation of the project, the Subcontractor shall maintain a photographic record of work on site to document daily progress along with a field journal kept by the GHSC-PSM/Zambia Resident Engineer / Construction Manager. The photographic record and field journal shall be available to GHSC-PSM/Zambia for review during site visits.

Installation of Mechanical and Electrical Components

The Subcontractor shall be responsible for procuring and/or fabricating all required equipment and wiring components inside the storage unit. The Subcontractor shall be responsible for all permit fees, procurement, shipping, and storage, as required. Delays in procurement, fabrication, and/or shipping shall be the responsibility of the Subcontractor.

During the implementation of the project, the Subcontractor shall maintain a photographic record of work on site to document daily progress along with a field journal in a form acceptable to the GHSC-PSM/Zambia Resident Engineer / Construction Manager. The photographic record and field journal shall be available to GHSC-PSM/Zambia for review during site visits.

Provision of Electrical Components to the DMO at each DHO Site

The subcontractor shall procure and deliver to each DHO location the materials described in Attachment G2.6. The quantity of cable and conduit for each DHO shall be based on the information in Attachment D – Site Assessment Summary Data.

Environmental Compliance The Subcontractor shall follow the guidelines for environmental compliance set in Section 1.6 of the RFP, in order to comply with USAID requirements for the GHSC-PSM/Zambia program. The purpose is to monitor environmental impact of the potential activities and define mitigation actions to be implemented. Using the prescriptions included in the guidance, the Subcontractor shall dutifully follow and implement all preventive and mitigation measures during all phases of the project. The Subcontractor shall also maintain on file and provide to Chemonics at the end of the subcontract, the monitoring and evaluation logs associated with the various activities of the project. The final environmental plan for the GHSC-PSM project is currently under works and upon finalization, it will be shared with the Subcontractor. Any changes the plan will have upon schedule, delivery and budget, will be addressed with the Subcontractor at that time.

A.2 ILLUSTRATIVE DELIVERABLES

The following are illustrative Deliverables. Exact deliverables, timelines and payments will be included in the fixed price subcontract to be executed upon award.

Deliverable 1: Implementation Plan The Subcontractor shall develop and deliver a detailed Implementation Plan for review and approval by GHSC-PSM/Zambia prior to the start of work. The Implementation Plan shall include all the element identified in Section A.1 of the Scope of Work.

The Subcontractor shall submit the Implementation Plan in electronic (USB) and hard (3 sets – paper) format to GHSC-PSM/Zambia for review and approval. In the event that GHSC-PSM/Zambia finds deficiency with the Implementation Plan, the Subcontractor shall revise and resubmit until approval is obtained.

Page 15: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 15 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 15

Deliverable 2: Completion of DHO Site Visits and Finalization of Storage Unit Locations / Access Please refer to the scope of work described in Section A.1 of the Scope of Work. Completion of this item shall be the GHSC-PSM approval of the Subcontractor’s written report documenting the final location of all storage units and confirmation of truck access to the same.

Deliverable 3: Kick-off Meeting The Subcontractor shall participate in a kick-off meeting and site visit as described in Section A.1 of the Scope of Work. The Subcontractor shall summarize the comments generated during the meeting in a memorandum and incorporate them to the extent possible in the development of the design documents and the implementation for the project. The Subcontractor shall submit the memorandum in electronic (Microsoft Word) (USB) and hard (3 sets – paper) format to GHSC-PSM/Zambia for review and approval.

Deliverable 4: Completion of Fabrication, Transport and Assembly of 10 Storage Units The Subcontractor shall furnish all labor, tools, materials, equipment for the work associated with the manufacturing, transport and assembly of the storage units. All materials, equipment and fabricated components installed in the project shall be new and free of defects. The work includes all directly and indirectly associated works for the assembly of the storage unit and the delivery of electrical components to the DMO as described in Attachments D and G2.6.

All assembly shall be performed by qualified technicians. The work shall also include the patching and repair of all existing items disturbed by the Subcontractor under this phase. The Subcontractor shall be responsible for the disposal, at an approved location, of all waste materials generated by the Subcontractor’s activities during the assembly period. The Subcontractor shall be responsible for cleaning up the worksite following each workday.

Deliverable 5: Final Acceptance The Subcontractor shall submit a Final Report summarizing the work associated with the design, procurement and assembly of the prefabricated warehouse. The Final Report shall include a copy of the final design documents, record drawings, all weekly progress reports, weekly site meetings minutes, and weekly environmental monitoring checklists, environmental compliance, quality control measures employed to ensure quality materials and workmanship,. The Final Report shall also include a certification from the Subcontractor that the project was implemented as per the Design Documents and that the facilities are safe for the intended use. The Final Report shall be deemed to be the execution of 10 Final Acceptance and Handover documents at the 10 storage unit locations.

During the implementation of the project, the Subcontractor shall maintain a set of the Final Design Documents upon which all field changes shall be noted. At the conclusion of the work, the Subcontractor shall develop record drawings to accurately reflect ‘as-built’ conditions of the work associated with this project. The record drawings shall be prepared and submitted on electronic (compact disks) and hard (3 sets – 11”x17” paper) formats. The record drawings must be delivered to GHSC-PSM/Zambia and found to be acceptable prior to final issuance of payment.

Deliverable 6: Environmental Compliance, Weekly Progress Reporting and Final Report

Page 16: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 16 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 16

The Subcontractor shall be responsible for implementing and monitoring of the environmental compliance requirements noted in section A1.6 of the RFP in order to comply with USAID requirements for the GHSC-PSM/Zambia program. The work shall include the monitoring and preparation of the evaluation reports during all phases of the project. On a weekly basis, the Subcontractor shall submit the Progress Report, Site Meeting Minutes, Environmental Monitoring Checklist (Section A.1 Phase 6) and all associated test and inspection requests/results. The submission and recipt of GHSC-PSM approval of the Final Report is a condition of final acceptance.

Page 17: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 17 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 17

ATTACHMENT A: LETTER OF TRANSMITTAL The following letter must be completed and submitted with any offer: Date: (insert date)

To:

Chemonics International Inc. USAID/[NAME OF PROJECT] Office [ADDRESS]

Attention: [NAME, TITLE OF PERSON RECEIVING THE PROPOSALS]

RE: Letter of Transmittal, RFP No. [INSERT RFP NUMBER] (insert name of company) hereby proposes the attached offer to perform all work

required for the [INSERT TYPE OF WORK TO BE DONE]. Please find attached our detailed Technical Volume (including past performance information and required certifications) and Cost Volume, as called for in the RFP. We hereby acknowledge and agree to all of the terms and conditions, special provisions, and instructions included in the above referenced RFP. We further certify that (insert name of company) , as a 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 and conditions of this solicitation and under USAID regulations. We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete. __________________________________ Company Name ___________________________________ Name and title of authorized representative ___________________________________ Signature ___________________________________ Date

Page 18: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 18 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 18

ATTACHMENT B: REQUIRED CERTIFICATIONS The following certifications must be completed and submitted in the Technical Volume of any proposal.

ATTACHMENT B-1: CERTIFICATE OF INDEPENDENT PRICE DETERMINATION, PER FAR 52.203-2

(APR 1985) (insert name of company) (hereinafter called the "offeror") (a) The offeror certifies that—

(1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to—

(i) Those prices; (ii) The intention to submit an offer; or (iii) The methods or factors used to calculate the prices offered.

(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition.

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

(1) Is the person in the offeror’s organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this provision; or (2)

(i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this provision ____________________ [insert full name of person(s) in the offeror’s organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror’s organization]; (ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) of this provision have not participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this provision; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this provision.

(c) If the offeror deletes or modifies paragraph (a)(2) of this provision, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure. (insert name of company) (Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 19: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 19 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 19

ATTACHMENT B-2: CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE

CERTAIN FEDERAL TRANSACTIONS, PER FAR 52.203-11 (SEP 2005) (insert name of company) (hereinafter called the "offeror") (a) The definitions and prohibitions contained in the clause, at FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions, included in this solicitation, are hereby incorporated by reference in paragraph (b) of this certification. (b) The offeror, by signing its offer, hereby certifies to the best of his or her knowledge and belief that on or after December 23, 1989—

(1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of this subcontract; (2) If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with this solicitation, the offeror shall complete and submit, with its offer, OMB standard form LLL, Disclosure of Lobbying Activities, to the Chemonics Chief of Party; and (3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly.

(c) Submission of this certification and disclosure is a prerequisite for making or entering into this subcontract imposed by section 1352, Title 31, United States Code. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. (insert name of company) (Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 20: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 20 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 20

ATTACHMENT B-3: TAXPAYER IDENTIFICATION, PER FAR 52.204-3 (OCT 1998) (insert name of company) (hereinafter called the "offeror") (a) Definitions.

Common parent, as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. Taxpayer Identification Number (TIN), as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number.

(b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting subcontract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the subcontract. (c) The TIN may be used by the government to collect and report on any delinquent amounts arising out of the offeror's relationship with the government (31 U.S.C. 7701(c)(3)). If the resulting subcontract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN).

TIN: ____________________________ TIN has been applied for. TIN is not required because:

Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States;

Offeror is an agency or instrumentality of a foreign Government; Offeror is an agency or instrumentality of the Federal Government.

(e) Type of organization.

Sole proprietorship; Partnership; Corporate entity (not tax-exempt); Corporate entity (tax-exempt); Government entity (Federal, State, or local); Foreign Government; International organization per 26 CFR 1.6049-4; Other ___________________________________________

(f) Common parent.

Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. Name and TIN of common parent:

Name __________________________________________________ TIN ____________________________________________________

insert name of company) (Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 21: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 21 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 21

ATTACHMENT B-4: CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED

DEBARMENT, AND OTHER RESPONSIBILITY MATTERS, PER FAR 52.209-5 (DEC 2001) (insert name of company) (hereinafter called the "offeror") (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -

(i) The Offeror and/or any of its Principals -

(A) Are are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have have not , within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) subcontract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion or receiving stolen property; and

(C) Are are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (a)(1)(i)(B) of this provision.

(ii) The Offeror has has not , within a 3-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

(2) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.

(b) The Offeror shall provide immediate written notice to the Chemonics Chief of Party if, at any time prior to subcontract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Chemonics Chief of Party may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Chemonics Chief of Party or Senior Vice President of Contracts may terminate the subcontract resulting from this solicitation for default. insert name of company)

(Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 22: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 22 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 22

ATTACHMENT B-5: CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END

PRODUCTS, PER FAR 52.222-18 (FEB 2001)

Pursuant to FAR 52.222-18 (Feb 2001), federal contractors who supply products on the Current List of Products and Countries on Executive Order (EO) 13126, published by the Department of Labor must certify that they have made a good faith effort to determine whether forced or indentured child labor was used to produce the items listed. The Current List of Products and Countries on EO 13126 is included on the next page as Attachment B-5a.

(insert name of company) (hereinafter called the "offeror")

(a) Definition.

Forced or indentured child labor means all work or service-- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a subcontract the enforcement of which can be accomplished by process or penalties.

(b) Listed end products. The following end product(s) being acquired under this solicitation is (are) included in the List of Products Requiring Subcontractor Certification as to Forced or Indentured Child Labor, identified by their country of origin. There is a reasonable basis to believe that listed end products from the listed countries of origin may have been mined, produced, or manufactured by forced or indentured child labor.

Listed End Product: Listed Countries of Origin:

(c) Certification. Chemonics will not make award to an offeror unless the offeror, by checking the appropriate block, certifies to either paragraph (c)(1) or paragraph (c)(2) of this provision.

(1) The offeror will not supply any end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in a corresponding country as listed for that end product.

(2) The offeror may supply an end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture such end product. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.

insert name of company) (Offeror) BY (Signature) ___________________ TITLE _____________________ TYPED NAME ____________________ DATE _____________________

Page 23: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 23 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 23

ATTACHMENT B-5A: Current List of Products and Countries on EO 13126 List

The current list of products was published in the April 3, 2013 Federal Register and includes the following:

Product Countries

Bamboo Burma

Beans (green, soy, yellow) Burma

Brazil Nuts/Chestnuts Bolivia

Bricks Afghanistan, Burma, China, India, Nepal, Pakistan

Carpets Nepal, Pakistan

Cassiterite Democratic Republic of Congo

Coal Pakistan

Coca (stimulant plant) Colombia

Cocoa Cote d’Ivoire, Nigeria

Coffee Cote d’Ivoire

Coltan Democratic Republic of Congo

Cotton Benin, Burkina Faso, China, Tajikistan, Uzbekistan

Cottonseed (hybrid) India

Diamonds Sierra Leone

Electronics China

Embroidered Textiles (zari) India, Nepal

Garments Argentina, India, Thailand

Gold Burkina Faso

Granite Nigeria

Gravel (crushed stones) Nigeria

Pornography Russia

Rice Burma, India, Mali

Rubber Burma

Shrimp Thailand

Stones India, Nepal

Sugarcane Bolivia, Burma

Teak Burma

Textiles (hand-woven) Ethiopia

Tilapia (fish) Ghana

Tobacco Malawi

Toys China

Page 24: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 24 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 24

ATTACHMENT B-6: EVIDENCE OF RESPONSIBILITY STATEMENT (insert name of company) (hereinafter called the "offeror") The offeror hereby certifies the following:

1. Authorized Negotiators

The Company Name proposal in response to RFP No. [INSERT RFP NUMBER] may be discussed with any of the following individuals. These individuals are authorized to represent Company Name in negotiation of this offer in response to RFP No. [INSERT RFP NUMBER]. List Names of Authorized signatories These individuals can be reached at Company Name office: Address Telephone/Fax Email address 2. Adequate Financial Resources

Company Name has adequate financial resources to manage any subcontract resulting from this offer. 3. Ability to Comply

Company Name is able to comply with the proposed delivery of performance schedule having taken into consideration all existing business commitments, commercial as well as governmental. 4. Record of Performance, Integrity, and Business Ethics

Company Name’s record of integrity is outstanding. Company Name has no allegations of lack of integrity or of questionable business ethics. Our integrity can be confirmed by our references in our Past Performance References, contained in the Technical Volume. 5. Organization, Experience, Accounting and Operational Controls, and Technical Skills

(Offeror should explain which department will be managing the contract, type of accounting and control procedure they have to accommodate the subcontract type.) 6. Equipment and Facilities

(Offeror should state they have necessary facilities and equipment to carry out the subcontract.) 7. Eligibility to Receive Award

(Offeror should state that they are qualified and eligible to receive an award under applicable laws and regulation and if they have performed work of similar nature under similar mechanisms for USAID. They should provide their DUNS number here as well, if applicable.) 8. Commodity Procurement

Not applicable to this RFP.

Page 25: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 25 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 25

9. Cognizant Government Audit Agency

(Offeror should provide name, address, phone of their auditors, and whether it is DCAA or independent CPA, if applicable) 10. Acceptability of Subcontract Terms and Conditions

The offeror has reviewed the solicitation document and attachments and agrees to the terms and conditions set forth therein. 11. Organization of Firm

(Offeror should explain how their firm is organized – for example regionally or by technical practice) ___________________________________ Company Name ___________________________________ Name and title of authorized representative ___________________________________ Signature ___________________________________ Date

Page 26: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 26 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 26

ATTACHMENT B-7: 52.222-50 SUBCONTRACTOR CERTIFICATION REGARDING

TRAFFICKING IN PERSONS COMPLIANCE PLAN (MARCH 2, 2015) This certification is required for all subcontracts including purchase orders that: 1. are for supplies, other than commercially available off-the-shelf items (COTS) to be acquired outside the United States, or services to be performed outside the United States, and 2. have an estimated value that exceeds $500,0000. The certification requires Subcontractors to certify before award and annually that they are in compliance with the terms and conditions under FAR 52.222-50, and have an anti-trafficking compliance plan in place as required by the FAR clause. The Offeror/Subcontractor Certifies that:

(1) It has implemented a compliance plan to prevent any prohibited activities identified in

paragraph (b) of the clause at 52.222–50, Combating Trafficking in Persons, and to monitor,

detect, and terminate the contract with a Subcontractor engaging in prohibited activities

identified at paragraph (b) of the clause at 52.222–50, Combating Trafficking in Persons;

(2) The compliance plan applicable to the qualifying subcontract meets the minimum

requirements set forth in subsection (h)(3) of clause 52.222-50, including the following:

a. An awareness program to inform Subcontractor employees about the

Government’s policy prohibiting trafficking-related activities, the activities

prohibited, and the actions that will be taken against the employee for violations.

b. A process for employees to report, without fear of retaliation, activity inconsistent

with the policy prohibiting trafficking in persons, including a means to make

available to all employees the hotline phone number of the Global Human

Trafficking Hotline at 1-844-888-FREE and its email address at [email protected].

c. A recruitment and wage plan that only permits the use of recruitment companies

with trained employees, prohibits charging recruitment fees to the employee, and

ensures that wages meet applicable host-country legal requirements or explains

any variance.

d. A housing plan, if the Subcontractor intends to provide or arrange housing that

ensures that the housing meets host-country housing and safety standards.

e. Procedures to prevent agents and Subcontractors at any tier and at any dollar

value from engaging in trafficking in persons (including activities in paragraph (b)

of this clause) and to monitor, detect, and terminate any agents, subcontracts, or

Subcontractor employees that have engaged in such activities.

(3) The Offeror/Subcontractor will post the relevant contents of the compliance plan, no later

than the initiation of contract performance, at the workplace (unless the work is to be

performed in the field or not in a fixed location) and on the Offeror’s/Subcontractor's Web

site (if one is maintained). If posting at the workplace or on the Web site is impracticable,

the Offeror/Subcontractor shall provide the relevant contents of the compliance plan to

each worker in writing. The Offeror/Subcontractor agrees to inform Chemonics

immediately of any credible information it receives from any source (including host country

law enforcement) that alleges a contractor employee, Subcontractor, Subcontractor

employee, or their agent has engaged in conduct that violates the policy.

(4) After having conducted due diligence, either—

(i) To the best of the Offeror’s/Subcontractor’s knowledge and belief, neither it nor any of its proposed agents, Subcontractors, or their agents is engaged in any such activities; or, (ii) If abuses relating to any of the prohibited activities identified in 52.222– 50(b) have been found, the Offeror or proposed Subcontractor has taken the appropriate remedial and referral actions.

Page 27: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 27 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 27

PLEASE SIGN AND RETURN THIS CERTIFICATION TO CHEMONICS Company Name___________________________ Signature ___________________________ Printed Name _____________________________ Title ____________________________ Date _____________________________ NOTE: The Subcontractor is required to recertify annually by signing this document one year from the date signed above and resending it to the Contractor.

Page 28: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 28 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 28

ATTACHMENT C: EXAMPLE BANK GUARANTEE FOR PERFORMANCE SECURITY

To: Chemonics International Inc. USAID/[NAME OF PROJECT] [ADDRESS]

REF: Purchase Order No. [PO number] Whereas [name of Subcontractor], [address of Subcontractor] (hereinafter called “the Subcontractor”) has undertaken, in pursuance of Purchase Order No. [PO number] dated [date of PO] to execute [PO number], for the [(hereinafter called “the PO”); And whereas it has been stipulated by you in the said PO that the Subcontractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the PO; And whereas we have agreed to give the Subcontractor such a Bank Guarantee; Now therefore we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Subcontractor, up to a total of [amount of Guarantee] [amount in words], such sum being payable in the types and proportions of currencies in which the PO Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Subcontractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the PO or of the Works to be performed there under or of any of the PO documents which may be made between you and the Subcontractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification. This Guarantee shall be valid until a date 28 days from the date of issue of the Certificate of Substantial Completion. Signature and seal of the Guarantor Name of Bank

Page 29: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 29 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 29

ATTACHMENT D – PROPOSED PFSU LOCATIONS PER DISTRICT AND SITE ASSEMENT DATA

Page 30: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 30 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 30

No DHO Site KITWE KAPIRI MBALA NDOLA MAZABUKA MUMBWA LIVINGSTONE LIMULUNGA MONGU CHONGWE1 Site Name Riverside Clinic Kapiri DHO Mbala DHO Itawa Clinic Nakambala Clinic Mumbwa DHO Mosi Oa Tunya Clinic Limulunga RHC Mongu District Hopsital DHO / District Hospital

2 Address Riverside DHO Kapiri DHO Mbala DHO Ndola DHO Mazabuka DHO Mumbwa DHO Livingstone DHO Limulunga DHO Mongu DHO DHO / District Hospital

3 District Contact Person Christine Mumba Neffat Banda Nachimata Nambela Santo Lorent Kabamba Mr. A. Sichali Mr. Mwanjeleka Velvet Tembo Vincent Siaziyu Victor Shambukali Christopher Mpundu

4 Designation Pharmtech SNR EHO Acting Infrastructure Officer Pharmtech Pharmacist Pharmacist Infrastructure officer EHT EHT DHO Pharmacist

5Approximate distance to site from nearest

city (km)6 km 60 km 167 km 3 km 160 km 248 km 194 km 19 km 0 km 0

6Approximate distance to site from Lusaka

(km)286 km 270 km 1067 km 321 km 132 km 143 km 476 km 601 km 600 km 45km

7Basic condition of the main road towards

the Installation siteTarred Tarred Tarred Tarred Good Good Good Fair but Sandy Bad Sandy Tarred

8 Status of the access road to the site: Good Good Good Good Good Good Good

Sandy. Bidder may have to

factor in his costs allowance

for offloading and

transporting materials onto

smaller 4x4 trucks

Sandy.Bidder may have to

factor in his costs allowance

for offloading and

transporting materials onto

smaller 4x4 trucks

Good

9 Width of entrance gate 6m 6m 6m 6m 6m 6.5m 6m open no gate open no gate 6m

10

Ability of a large truck to enter the

entrance (if there's a gate) Yes Yes Yes Yes Yes Yes Yes open no gate

May prove difficult. Final

assessement to be done with

approved bider

Yes

11 Turning circle on the site Yes the truck can turn YesNo the truck can't turn. Truck

has to back upYes the truck can turn Yes the truck can turn Yes the truck can turn Yes the truck can turn See note at item 8 See note at item 8 Yes

12Can the truck stand on site for the

installation period?Yes Yes Yes Yes Yes Yes Yes No Yes Yes

13 Secure area to store goods – gensets,

aircons etc.Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

14Does the site have a perimeter fence and

securityYes Yes Yes Yes but no gate No No No No No Yes

15What main infrasture are situated on the

site?Clinic Office Block Office Block Clinic Residential and Commercial DHO Office block Clinic and residential dweling Clinic Hospital Hospital

16

Are there any large trees or power lines on

the site that could affect access or

installation of the storage unit

Yes, however the DHO wil cut

it downNo No No No No No Yes No No

17

What is the composition of the open

ground on the facil ity, and especially over

the proposed location of the storage unit?

(Sand, muddy, grass, gravel, paved,

stability of ground in rainy season)

Grass Grass gravel Grass Good Good Good Sandy Sandy Grass

18

Is there any evidence of pools of water or

collection of water in the proposed area of

installationNo No No No No No No No No No

19

Is there adequate drainage on the site and

away from the site or dwelling during rainy

weather?

Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

20

Is the site level or at a gradient or stepped

or terraced in any way? (Gradient in mm/

distance measured in mm)

level level level level level NO Level having some slope No level

21

Dimensions and m² required for the

installation of concrete slab ( alternative

option for foundations)

300mm wider than building

on all sides

300mm wider than building

on all sides

300mm wider than building

on all sides

300mm wider than building

on all sides

300mm wider than building

on all sides

300mm wider than building

on all sides

300mm wider than building

on all sides

300mm wider than building

on all sides

300mm wider than building

on all sides

300mm wider than building

on all sides

22

Dimensions and m² required for the

installation of gravel/ crushed stone (

alternative option for foundations)

1 meter wider than building

on all sides

1 meter wider than building

on all sides

1 meter wider than building

on all sides

1 meter wider than building

on all sides

1 meter wider than building

on all sides

1 meter wider than building

on all sides

1 meter wider than building

on all sides

1 meter wider than building

on all sides

1 meter wider than building

on all sides

1 meter wider than building

on all sides

23

Is there any preferred/identified location

that the Management would prefer the

installation to be erected on? Consult with

local management

24PreferedType of base (Concrete/ crusher

stone/ compacted ground etc.)Concrete Concrete Concrete Concrete Concrete Concrete Concrete Concrete Concrete Concrete

25How far is the closest point of the SIB to

the main building50m 20m 20m 51m 12m 32m 4m 35 10m 35m

26

How will medicines be moved from the

Storage Unit into the main building? -

Consideration of Ramp at entrance to

storage area

Trolley Trolley Trolley Trolley Trolley Trolley Trolley Trolley Trolley Trolley

27

Is the SIB located away from the main

patient traffic, so that it is “out of the way”

of mainstream activity at the

Clinic/Hospital Building

Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

28Site access on Saturdays/Sundays/Public

Holidays.yes yes Yes y y Y Y Yes Yes Yes

29Can work start or end on any of these

days? Do we need pre-approval?yes Yes Yes y y Y Y Yes Yes Yes

30 Can teams camp on site? yes Yes Yes y y Y Y Yes Yes Yes

31Plug type required (Type authorised by

ZABS)yes Yes Yes y y Y Y Yes Yes Yes

32

Distance SIB to the DHO DB board(metres).

Bidder to supply cable 50m roll to DHO for

their electrician to connect to their main

source of supply from the S.I.B

50 35 35 51 35 32 35 35 40 35

This will be discussed and agreed at site visit with approved bidder

Attachment D - Site Assessment Summary Data

Page 31: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 31 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 31

Page 32: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 32 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 32

ATTACHMENT E1: SCHEDULE OF VALUES – GRAVEL OR CRUSHED STONE BASES

Item No. Description Unit Quantity Unit Cost (USD)

Total

*Include categories

1 Mobilization & Implementation Plan

2 Completion of site visits

3 Kick-off MTG

4 Provide & Install PFSU complete

1.Kitwe

2.Kapiri Mposhi

3.Mbala

4.Ndola

5.Mazabuka

6.Mumbwa

7.Livingstone

8.Limulunga

9.Mongu

10.Chongwe

5 Final Acceptance & Handover to MOH

6 Reporting/MTGS

Page 33: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 33 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 33

Attachment E2: Schedule of Values – Precast Concrete Pads

Item No. Description Unit Quantity Unit Cost (USD)

Total

*Include categories

1 Mobilization & Implementation Plan

2 Completion of site visits

3 Kick-off MTG

4 Provide & Install PFSU complete

1.Kitwe

2.Kapiri Mposhi

3.Mbala

4. Ndola

5. Mazabuka

6. Mumbwa

7. Livingstone

8. Limulunga

9. Mongu

10. Chongwe

5 Final Acceptance & Handover to MOH

6 Reporting/MTGS

Page 34: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 34 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 34

ATTACHMENT F: FURNISHINGS & RACKING SYSTEM REQUIREMENTS

F.1 Adjustable Steel Shelving

The Offeror is to supply adjustable steel shelving with interchangeable steel components. Shelf loading capacity shall be an evenly distributed load of minimum 100kg Uniformally Distributed Load (UDL) with no deflection across the shelf front flange. Components shall be as follows:

2134mm high Posts for Open Shelving Units: Gauge and size of posts as necessary to support, without deformation, specified shelf loading; punched on 38mm centers to receive clips for vertical adjustment of shelves, and to receive angle or corner sway braces.

Rear End Posts: Single angle posts.

Front End Posts: Single angle posts.

Front and Rear Intermediate Posts: Two single posts forming T posts.

Bays: 48-off Bays at 914mm centers. Note the configuration on drawing PFU-001 PRE-FABRICATED STORAGE UNIT Rev.B.

Shelves: 5-off Shelf levels per bay measuring 914mm x 610mm Box formed shelves with face and return flange on at least front and rear edges; of strength to support specified loading without exceeding deflection limit; 0.8mm minimum; punched for shelf or bin dividers, label holders, and angle or corner sway braces; top shelf may be bolted to front posts.

Shelf fastening: Manufacturer's standard galvanised bolts and nuts or boltless shelf clipping if deemed practical.

Shelf stabilisation by means of gusset plates fastened to posts and to each shelf level as a minimum.

Baseplate: Steel feet to underside of posts to protect floor finish.

All components shall be free from sharp edges and protrusions and shall be galvanised or epoxy coated in a colour available from the manufacturer

F.2 Office Fitout

Steel Desk: The desk shall comprise of preferably Black epoxy coated mild steelwork frame (Black)Framework Epoxy coated mild steel. The work surface shall measure typically 1200mm X 600mm X 32mm manufactured from post-formed laminated material (Formica) which has a scratch resistant finish and edged all round. Two lockable drawer units to be underslung from frame and work surface approx. 450mm wide X 500mm deep X 140mm high. Swivel Chair: The typical chair dimensions 450mm seat height, overall height 900mm, width around 600mm and depth around 550mm. Supplied in a Black durable material with swivel and tilt function. Chair to be gas height adjustable and moveable by means of swivel castors. Steel Stationary Cupboard: The lockable double door cupboard is to comprise of epoxy coated mild steel material finish measuring 1200mm wide X 600mm deep X 1800mm high.

Page 35: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 35 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 35

Waste Bin: Two waste bins with a 20L capacity each.

F.3 Fire Extinguishers.

Three fire extinguishers with a minimum 4.5kg capacity and type configured to suit likely hazard classification must be fitted in the storage and office area. The extinguishers shall be fixed to a wall mounted bracket sized for each extinguisher in accordance to the manufacturer’s standard. Offerors shall provide details of the proposed equipment in their technical proposal.

ATTACHMENT G: TECHNICAL REQUIREMENTS

G.1 CONCEPT DRAWING – PFU-001 PRE-FABRICATED STORAGE UNIT Rev.B

Page 36: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 36 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 36

G.2 STORAGE UNIT DESIGN REQUIREMENTS

The detailed design of the storage unit shall incorporate the following.

Page 37: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 37 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 37

Design Standards

Shall comply with all applicable Zambian regulations and statutes In the absence of Zambian standards, the International Building Code shall

govern the design General

Chemically treated wood products are prohibited Materials containing asbestos are prohibited

G2.1 STORAGE UNIT STRUCTURE 2.1.1 Salient Features

The prefabricated modular storage units shall be designed keeping in view to optimize the following factors:

Energy efficiency

Indoor temperature control

Weather protection

Termite resistant

Operational and functional for purpose Other features of the prefabricated storage unit (PFSU) include, but are not limited to, the following:

A PFSU internal office configuration can vary to suit a desired architectural plan however must be pointed out in the Offerors offer.

There shall be minimal work on-site to erect/assemble and disassemble the PFSU using only basic hand tools and unskilled labours.

The PFSU materials shall have lowest feasible embodied energy, carbon emission and life cycle cost including final disposal/recycling cost.

The PFSU design and construction shall focus on sustainability aspects.

The PFSU shall be light but robust enough to cater for the design loads, effects of different weather and climatic conditions etc.

The PFSU shall have at least 10-years life expectancy.

Thermal Insulation - The Walls and roof panels of the PFSU shall have a minimum R value of 2.27 m2KW

2.1.2 Steel Base Design

The sub-base of the pre-fabricated structure shall consist of a galvanized steel framework to ensure the levelness and flatness of the structure and further permit separation of the finished floor from its base structure. The steelwork material shall be prepared in such manner to avoid corrosion when the base is installed on thebase. In addition to the foundation bearing members, the PFSU shall be secured to the ground to deter horizontal movement.

Page 38: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 38 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 38

The PFSU’s galvanized steel frame shall be designed to take the full dead and imposed loadings according to the span expected between ground supports. The recommended frame design for the base to be considered:

Galvanized steel ladder frame chassis with a C-profile channel main runner beams and lipped-channel joists fastened on to concrete the concrete platform described earlier.

Typically measures 150mm above platform level.

Loading capability of 230Mpa (2mm) commercial grade steel.

Material protection Z200 galvanised.

2.1.3 Floor Design

The floor of the PFSU structure is to be designed and manufactured with a non-permeable floor ensuring a smooth and hygienic finish suitable for good pharmaceutical storage practice. Floors shall be constructed with a framed structure, load bearing flooring panel spanning over the structural members as described in this document with an internal floor finish layer. The underside of the framed structure will be enclosed with a lining panel providing the same insulation value as specified in section 2.1.1 for roof and wall panels. The overall floor thickness shall be proposed by Offeror keeping in view the required level of thermal insulation (see section G2.1.1), acoustic and other requirements. The floor layer shall be made from durable material with emphasis on tear resistant and easy to clean features.

The recommended floor design shall consider the following:

Preferably sheet vinyl floor, with coved corners in the joints between floor and walls to form integral skirting to facilitate cleaning.

Welded joints to minimise potential areas for contamination.

Surface finish to be non-slip to likely wet areas, anti-bacterial, anti-fungal and water resistant wall and ceiling lining to facilitate cleaning

The floors must be fabricated with termite resistant materials.

2.1.4 Wall and Ceiling Design

The materials for walls shall be of panellised construction. The outer surface material shall be a washable, durable material, in a white or light colour. The core of the panel may be a solid material such as foam or a framed construction with added insulation. The inner surface material shall be a durable smooth surfaced material. It may have either an integral colour or a painted finish. The joints between panels and between panels and frames shall be tongue and groove type or other interlocking type. The overall wall thickness shall be proposed by Offeror keeping in view the required level of thermal insulation (indicated in section G.2.1.1), weathering and other requirements. The recommended wall and ceiling design shall consider the following:

Page 39: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 39 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 39

All external and internal walls are to have a minimum thickness of 50mm and to be of composite material containing a middle insulation layer of high quality foam core, (such as extruded polystyrene or polyurethane or equivalent).

External walls are to be weather resistant and coated with an anti-rust material.

Internal walls and ceilings are to consist of flush panels with a smooth finish, not requiring painting for maintenance, with an “easy clean” antiseptic finish suitable for pharmaceutical storage practice.

No asbestos is acceptable in any material or composite form.

All walls internal and external are to be coloured White. 2.1.5 Roof Design

The materials for roofs shall be of thermo-bonded expandable polystyrene (EPS) sandwiched laminated panels. The laminated panels are to consist of 75mm/100mm EPS material sandwiched between 0.55mm zinc coated, cold reduced steel skin, with an epoxy coat finish or a silicone polyester paint. The profile of the panels should be of Class I fire rating, and low thermal conductivity. It shall have a Beige colour finish. The roof joints between panels must be waterproof and shall be tongue and groove type or other interlocking type. The overall roof thickness shall be proposed by Offeror keeping in view the required level of thermal insulation (section G2.1.1), acoustic and other requirements. Eaves shall be designed in such a manner that direct sunlight penetration into windows is reduced where feasible to do so. The slope of the roof shall be sufficient enough for the rainwater to drain easily. The Offeror may also propose simple truss for the roof but the vertical load shall be transmitted via the wall only. All design parameters and details must be included in the Offerors technical proposal along with assembly/dis-assembly details. The recommended roof design shall consider the following:

The roof structure will comprise of insulated composite panels. . Roof structure to be self-supporting and attached to both walls. The mono pitch roof must have sufficient slope to allow for drainage. The roof must have gable ends vertical or sloping to prevent rain water entering the roof space.

Ceiling panels will be designed out of pre-fabricated composite panels (min 100mm thick panels).

uPVC gutters manufactured of approved material of 75mm or 100mm nominal size are to be installed, complete with end caps, downpipes, and splash blocks to direct rainfall away from the storage unit. If the ground is not a hard surface, then the ground immediately below the splash blocks is to be covered with stone to deter soil erosion.

Should the location of prefabricated structure be positioned remotely for any existing stormwater channel or drain, then soakaway pits are to be considered for the dispersion of rainwater existing the downwater pipe.

Page 40: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 40 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 40

Soakaways for areas less than 100m² have traditionally been built as square or circular pits, either filled with rubble or lined with dry jointed brickwork or pre-cast perforated concrete ring units surrounded by suitable granular backfill.

The fall of the roof is min.5 degrees from back to front of the storage unit. Roof pitch is indicated on the side elevation on the drawing.

2.1.6 Doors

All external doors shall be of sandwich type (coated aluminium sheets with Polyurethane foam core or similar). The exact thickness of the door panels shall be determined and proposed by the Offeror based on the energy efficiency and compatibility with wall of the storage unit. Door frames shall be made from either aluminium extruded sections with thermal break features with powder coat finish, or a combination material to match the door panels, and be of similar colour as the storage unit. Exterior doors will be lockable with three sets of keys for each lock. Elements of the door, such as hinges, locks and handles will be robust and highly resistant to rough use. Internal doors and frames shall be compatible systems. Elements of the door, such as hinges, locks and handles will be robust and highly resistant to rough use. Descriptions of all door types shall be proposed and described by the Offeror in their tender proposal. The recommended doors for the PFSU shall consider the following:

One weatherproof external double door including frame measuring 1600mm wide.

Where double doors are to be installed, the left hand leaf should be fitted with top and bottom stainless steel flush bolts. Mortice locks should be fitted unless otherwise specified.

Door heights should not exceed 2.1m.

Doors, sills and thresholds to incorporate sufficient sealing and weather strips made consisting of either rubber or neoprene. The proposed sealing methodology by the Offeror must cognisance of frequent door use and longevity for the lifetime of the storage unit.

A single door is to be fitted with automatic closers of the appropriate specification for the door size / weight. The closer will ensure that opening doors limit the loss of cold air from within the storage unit.

Locks should be oval profile to accommodate a typical Mortice Deadlock type cylinder.

All ironmongery to be stainless steel, high quality, robust and suitable for a frequent number of operations. Additional door protection should be considered for the double doors where trolleys are used.

2.1.7 Security Doors & Grilles

The PFSU shall require a security door to the outside of the double doors and single door (specified above) and security grilles over windows. The

Page 41: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 41 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 41

security doors shall be robust doors mounted in compatible frames securely fixed to the structure. These must be inclusive of deadbolts, strike plate reinforcement, fixed pin hinges and other strengthening/ intrusion protection devices able to withstand basic aggressive intruder activity. The security grilles to windows shall be made of galvanized or powder-coated steel rods in angle frames securely fixed to the structure and similar in colour with the windows. As mandatory extra component, the Offeror shall design and propose the security doors and security grilles and include all details in their tender proposal.

2.1.8 Windows

The frames and window sashes shall be made from either aluminium extruded sections with thermal break features with powder coat finish, PVC or a combination of those or other materials and be of similar colour as the storage unit. Window sashes shall be the awning type within the frame. The awning window will be lockable from the inside of the storage unit. Elements of the window such as frame, hinges, locks and handles will be robust and highly resistant to rough use. The recommended window for the PFSU shall consider the following:

Aluminium window measuring 900mm X 1200mm.

Opening to be top-hung fitted with security grilles to all panes.

Preferably Silver tinted glass (reflecting) including venetian blinds to limit solar ingress.

2.1.9 Heating, Ventilation and Air Conditioning (HVAC)

All modules are insulated reducing the need for significant heating and cooling equipment to a minimum. The operational context in which this PFSU may be deployed will determine the type of heating, ventilation and air-conditioning equipment to be provided. The indoor temperature shall be maintained between 15°C to 25°C. The environment of the PFSU installation will require an energy efficient window-wall air-conditioning system. These systems shall take into account design criteria such as simplicity, durability and economic operational characteristics, as well as the requirements listed below:

All refrigerants used must be free of ozone depleting substances.

Air Conditioners shall be quantified and sized accordingly to volumetrically cool 200m³.

Air Conditioners with the automatic climate control capacity only for cooling modes between 2.5 to 3.5Kw.

The Air Conditioners to be supplied with sufficient protection and security brackets to prevent theft from the exterior of the storage unit.

The Air Conditioners to be fitted with a “trickle” drain to direct the flow of condensation away from the façade of the storage unit.

The Offeror shall provide a detailed summary of all the proposed HVAC systems in their Technical Proposal, demonstrating that these criteria are met along with Technical Brochures and other relevant documents.

Page 42: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 42 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 42

The internal separation partition shall be of the same construction/materials as the exterior walls

G2.2 Floor and Foundation Loading

Live load shall be assumed to be 250 kg/m2 Bearing capacity of the soil for worst site condition shall be assumed to be 50

kN/m2 The PFSU structure shall rest on a rigid galvanized steel frame. The frame shall either rest either: a) directly on a compacted gravel or crushed stone bed or, b) on a series of regularly spaced supports bearing on precast concrete pads (See details in Sections G.3 and G.4 below) The Implementation Plan shall present details for the galvanized frame for both options a) and b); and the spacing of the standard precast concrete pads for option b).

G.2.3 Floor Height Above Ground Level

The minimum floor height from finished ground level should be 150mm and maximum 300mm .

A ramp should be provided at the entrance to the storage area and steps to the office entrance door if height from ground level is to exceed 150mm

The offeror may propose the type of ramp and steps required

G2.4 Electrical

The electrical system shall be designed to meet the following minimum requirements:

Standards: Zambia Bureau of Standards & Regulation or international equivalent.

Voltage: 220-240 Volts AC.

Frequency: 50-60Hz

Power Distribution: to be determined on the country of delivery.

Wiring: PVC insulated wire; size to be determined based on voltage and frequency.

Circuit: Circuit breaker, Ampere to be determined based on voltage and frequency.

Socket Outlets: Minimum of two double outlets per area of operation, plugs configured to suit the country requirements as below. In the case heating or air-conditioning is selected in the order extra sockets will be required for this provision. The electrical socket types for the Republic of Zambia are one of three types:

- Adapter for "Type C" European CEE 7/16 Europlug - Adapter for "Type G" British BS-1363 - Adapter for "Type D" Indian BS-546

Lighting Fixtures: Energy Efficient CFLs or LEDs to be provided throughout. Offerors shall provide details of proposed fixtures in their technical proposal. Lighting to comprise of the following:

Page 43: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 43 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 43

- The office should have its own light switch that is controllable by the office occupant.

- All internal area lighting shall be solar powered and linked to operate with motion detection sensors, so that only areas that are occupied are lit and areas that are not occupied will have their lights automatically turned off after a set time limit. An override switch with pilot light is to be located in the distribution board panel that may allow the normal light switching should the motion detection sensors fail.

Required Illumination: - Storage area = 200 lux. - Office area = 500 lux.

Main distribution boards with sufficient Earth Leakage capability shall be included in the supply of the storage unit.

Due to voltage fluctuations of the main electrical supply in Zambia, the Offeror shall include in their Offer an Automatic Voltage Regulator (AVR) for the typical protection of the air conditioning systems. The function of an AVR is to ensure voltage generated from power inflow is running smooth to maintain the stable voltage in specified limit. It can stabilize the voltage value when suddenly change of load for power supply demand.

Offeror shall provide a detailed summary of the proposed systems in the technical proposal, demonstrating that these criteria are met with technical brochures and other relevant documents as necessary.

G 2.5 Backup Power The offeror shall design and install a power back–up supply consisting of inverter, storage batteries and switch over gear sufficient to power the airconditioners and other specified electrical installations for a minimum period of at least 4 hours. Design details and costs for such installation should be included in the Technical and Cost proposals. G2.6 Electrical Items To Be Supplied by Offeror to DHO The following are electrical items which are to be supplied to the DHO for their electrician to connect power supply from the main distribution box to the PFSU:

Electrical cable minimum size of .6mm2 - 3 core.x 50m long

Electrical conduit of minimum size 15mm diamter

Circuit breaker 60 amps

Panel box All these items are to be considered in the offerors bid and clearly indicated under all the electrical requirements G 2.6 Site Drainage

The Offeror shall plan the foundation option to achieve proper drainage away from the PFSU with minimal grading. The cost of this grading shall be included in the price of the PFSU.

G.3 PREFACBRICATED STORAGE UNIT FOUNDATION SYSTEM – GRAVEL OR CRUSHED STONE BASE

In the designated installation location in an area 14m x 9m remove either: a)

Page 44: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 44 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 44

the entire topsoil layer and organic matter, or b) all material to a minimum depth of 150mm, whichever is greater; compact and make level Install crushed gravel to a compacted depth of 150mm or crushed stone (50mm on compacted gravel) to a depth of 150mm; make level Based on the live load and bearing capacity of the soil specified in Attachment G.2.2, the Offeror shall prepare a detailed design of the floor, subfloor, floor frame and gravel or crushed stone base to transfer the PFSU structure load and live load to the ground with no measureable settlement. Construct the galvanized floor framework per the approved plans directly on the leveled and compacted gravel or crushed stone bed

G.4 PREFACBRICATED STORAGE UNIT FOUNDATION SYSTEM – PRECAST CONCRETE PADS

NOTE1: Poured in place concrete is not allowed on this project in accordance with funding restrictions. NOTE2: If the Offeror is directed to use the precast concrete foundation option, the below instructions shall strictly apply. No excavation using equipment shall be allowed. Precast concrete pads shall be steel bar reinforced, class 25 concrete with a minimum thickness of 100mm Based on the live load and bearing capacity of the soil specified in Attachment G.2.2, the Offeror shall prepare a detailed design of the floor, subfloor, floor frame and precast concrete pads (dimensions & spacing) to transfer the PFSU structure load and live load to the ground with no measureable settlement. In the precast pad locations shown on the approved design, in an area sufficient to fit the precast concrete pads, remove the topsoil and organic material and level the exposed underlying ground – all by hand shoveling; place the precast concrete pad and ensure level; do not match the elevation of all concrete pads by over/under excavation of topsoil/organics Repeat previous step for each corner; confirm true rectangular shape for structure and mark corners on concrete pads; Repeat first step at all locations shown on the GHSC-PSM approved detailed design Shim all concrete pads to match elevation of highest concrete pad; shims to be additional standard precast concrete pads; solid concrete blocks/bricks (C25) followed by galvanized shims of varying thickness

Page 45: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 45 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 45

ATTACHMENT H - PREFABRICATED STORAGE UNITS (PFSU) SITE HANDOVER

(District Medical Officer to GHSC-PSM Vendor) CERTIFICATE

PREFABRICATED STORAGE UNITS (PFSU) SITE HANDOVER District Medical Officer to GHSC-PSM Vendor

CERTIFICATE

(This certificate is an official visit and handover of the site for installation of the PFSU to the nominated sub-contractor)

Site Location…………………………………………………………

Site Name……………………………………………………………….

Sketch of Agreed PFSU Site

Page 46: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 46 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 46

Table 1 Site Measurements and Requirements

Site Location

Item No Description Measurements and Requirements

1 Length of electrical cable required from PFSU to main D.B at Location

2 Length of conduit required to encase cable up to main D.B

3 60 Amp circuit breaker, all connectors and Panel box

The signatory parties below hereby agree to the location of the PFSU and electric cabling in the above sketch, that the site will be available to the GHSC-PSM subcontractor on ________________ for the delivery and assembly of the PFSU, that the PFSU location shown on the sketch is accessible by truck to the subcontractor and acceptable for the unloading and assembly of the PFSU, and that the electric components listed in Table 1 shall be provided by the GHSC-PSM subcontractor to the DMO upon delivery of the PFSU components to the Site.

DMO Representative Name ………………………………………………………………… Signature

…………………………………………………………………

Date

…………………………………………………………………

Position

…………………………………………………………………

Sub-Contractor Representative Name ………………………………………………… Signature

…………………………………………………………………

Date

…………………………………………………………………

Position

…………………………………………………………………

Witnessed by

Page 47: Chemonics International RFP # 001-RFP-PSM-ZMB-PFSU Page 1 ... · 1.7 Design Documents and Technical Specifications Environmental Compliance: The offeror must provide an implementing

Chemonics International Request for Proposals

RFP # 001-RFP-PSM-ZMB-PFSU Page 47 of 47

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 47

GHSC – PSM Representative Name

…………………………………………………

Signature

…………………………………………………………………

Date

…………………………………………………………………

Position

..……………………………………………………………….

Notes for Sketch of the site: Sketch shall show the following:

a. Location of electric connection point in an existing DB and route of conduit from PFSU to connection point

b. Installation location of PFSU in relation to other buildings & structures with measured distances from fixed points on the site

c. Truck access to PFSU installation location

The execution of this certificate by all above listed parties is a precondition to shipping the PFSU