Request for Quotations (RFQ)

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 1 of 28 Request for Quotations (RFQ) RFQ Nu...
Author: Austen Benson
2 downloads 0 Views 499KB Size
NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 1 of 28

Request for Quotations (RFQ) RFQ Number:

NEO-RFQ-046

Description:

RFQ for supply of 8 meteorological stations

For: Contracting Entity:

Georgia New Economic Opportunities (NEO) Initiative NEO Chemonics International Inc.

Funded by:

United States Agency for International Development (USAID), Contract No. AID-114-C-11-00001

Release Date:

29 January, 2014

Deadline for Questions:

12 February, 2014

Deadline for Quotations:

20 February, 2014

Contents of RFQ: Section 1: Section 2: Section 3: Section 4: Annex 1: Annex 2: Annex 3:

Introduction and Instructions to Offerors Draft Order Terms and Conditions Letter of Transmittal Offeror’s Technical Summary Sheet Detailed Specifications and Requirements Price Schedule Required Representations and Certifications

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 2 of 28

SECTION 1: INTRODUCTION AND INSTRUCTIONS TO OFFERORS 1.1

Acronyms and Definitions ADS CFR Cooperating Country FAR RFQ US USAID USG VAT

1.2

USAID Automated Directives System United States Code of Federal Regulations Georgia United States Federal Acquisition Regulation Request for Quotations United States United States Agency for International Development United States Government Value Added Tax

Introduction

Chemonics International, acting for the Georgia New Economic Opportunities (NEO) Initiative, is soliciting proposals from eligible and responsible firms for the supply of meteorological stations described in Annex 1 (Detailed Specifications and Requirements). NEO Project is an official program of the United States Agency for International Development (USAID), Contract No. AID114-C-11-00001, and is being carried out in Georgia. The USAID/Georgia New Economic Opportunities Initiative (NEO) is a four-year project whose purpose is to improve rural incomes, reduce poverty levels, improve food security, address critical economic and agricultural infrastructure constraints in targeted communities, promote the sustainability of IDP housing rehabilitated with the support of USG funding. In the field of fruit and vegetable growing, the quality and quantity of the fruit and vegetable yield depend very much on the weather. With precise meteorological data, farmers are in a position to take specific action at the right time spraying them against plant diseases. NEO will establish 8 (eight) Meteorological Stations in various regions regions, from where climate data will be provided to local fruit and vegetable farmers by internet and SMS-based systems with earlywarning services to ensure that each farmer can take the appropriate measures for the specific crops concerned. NEO is seeking quotations from eligible organizations for the provision of 8 meteorological station units and predictive disease monitoring service packages for fruit and vegetables (see Annex 1). NEO intends to enter into a Purchase Order (PO) for the provision of these commodities. It is anticipated that a PO will be awarded in the month of February, 2014. It is expected that delivery and installation of the 8 Meteorological stations will take place between April 15, 2014 and April 30, 2014. Offerors are responsible for ensuring that their offers are received in accordance with the instructions stated herein. Failure to adhere with instructions described herein may lead to disqualification of a proposal from consideration.

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 3 of 28

1.3

Questions and Requests for Clarifications

All questions and/or requests for clarifications regarding this RFQ must be submitted via email to [email protected] no later than February 12, 2014. All correspondence and/or inquiries regarding this solicitation must reference the RFQ number. All questions and inquiries must be in writing and submitted via email; no phone calls, faxes, or in-person inquiries will be responded to. Questions and requests for clarification—and the responses thereto—that Chemonics believes may be of interest to other offerors will be circulated to all RFQ recipients who have indicated an interest in bidding. Only the written answers issued by Chemonics will be considered official and carry weight in the RFQ process and subsequent evaluation. Any verbal information received from employees of Chemonics, NEO, or any other organization, institution, or other entity should not be considered as an official response to any questions regarding this RFQ. 1.4

Offer Deadline

Offers must be received no later than February 20, 2014. Please reference RFQ No. 046 in any response to this RFQ. Offers received after this date or time will be considered late and will be considered only at the discretion of Chemonics. 1.5

Protocol for Submission of Offers

All offers must be submitted by mail, e-mail or in hand to: Grants and Subcontracts Team Chemonics International 6 Nino Ramishvili St., 6 floor, 0179, Tbilisi, Georgia Tel: +995 32 23 43 11/12 Fax: +995 32 23 43 09 E-mail: [email protected] At a minimum, each offer must contain the following required completed documents: 1. 2. 3. 4. 5.

Letter of Transmittal (see Section 3) Offeror’s Summary Sheet (see Section 4) Completed Technical Specifications (see Annex 1) Completed Price Schedule (see Annex 2) Completed Representations and Certifications (see Annex 3)

Descriptive literature: Descriptive literature for all commodities is recommended to be included in all offers. Descriptive literature means information (e.g., cut sheets, illustrations, drawings, brochures, etc.) that is submitted as part of an offer. Any discrepancy between written technical

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 4 of 28

specifications in the RFQ and the literature provided by an offeror must be clearly explained. The final specifications-determining instrument will be the completed Technical Specifications sheets (Annex 1). All electronic copies of documents must be in PDF, Microsoft Word or Microsoft Excel format. All offers must be prepared in English. Quotations: Offers must include a unit cost breakdown for every line item described in Annex 1, as well as a description of any other costs involved; see the Price Schedule in Annex 2 for the required format. All items, services, transportation costs, etc. must be clearly labeled and included in the total price. Prices for each line item of Annex 2 schedule must be quoted on a lump-sum, all-inclusive basis, including packaging, insurance, inspections, delivery, etc. No other costs, taxes, and/or fees may be added later. Prices shall be for: DDP delivered duty paid terms (inclusive all costs and customs processing fee in Georgia but exclusive of VAT and customs taxes) plus installation services The price of Related Services shall be exclusive of any VAT, sales or other similar taxes on the services which will be payable in the cooperating country if the contract is awarded. Any purchase order (PO) issued by Chemonics on behalf of the NEO Project, an official program of the Government of the United States in Georgia, is free and exempt from any taxes, tariffs, duties, or other levies imposed by the laws in effect in Georgia. Offerors shall not assess any cooperating country taxes, duties, levies, etc. from which this USAID program is exempt. Quotations must be fixed price, expressed in Georgian Lari or US Dollars. It is anticipated that Chemonics will issue a PO for the full quantity of commodities and services described in this RFQ. However, Chemonics reserves the right to issue POs for less or more quantities and/or services at its discretion. Note: • All commodities offered in response to this RFQ must be new; no used or refurbished commodities will be accepted. • All commodities, software, licenses, and warranty services offered in response to this RFQ must be transferable to Chemonics, USAID/NEO, or another entity in the cooperating country designated by Chemonics. 1.6

Validity Period

Offers must remain valid for at least 30 calendar days after the offer deadline.

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 5 of 28

1.7

Authorized USAID Geographic Code

The authorized USAID geographic code for this RFQ and any resulting subcontract is 110 and 937. All goods and services supplied under this order must meet this geographic code in accordance with the US Code of Federal Regulations (CFR), 22 CFR §228. 1.8

Source and Nationality

The following applies to all goods and services requested in this RFQ, all related correspondence, and any resulting subcontract: A. Definitions: 1. Cooperating Country: “Cooperating country” means Georgia. 2. Source: “Source” means the country from which a commodity is shipped to the cooperating country or the cooperating country itself if the commodity is located therein at the time of purchase. However, where a commodity is shipped from a free port or bonded warehouse in the form in which received therein, “source” means the country from which the commodity was shipped to the free port or bonded warehouse. 3. Nationality: “Nationality” refers to the place of incorporation, ownership, citizenship, residence, etc. of suppliers of goods and services. B. Application: The source and nationality of all goods and services in response to this RFQ must meet the USAID geographic code specified in Section 1.7 above in accordance with 22 CFR §228. C. No items, items with components from, or related services may be offered from the following countries: Cuba, Iran, North Korea, Syria, Burma (Myanmar), North Sudan. Related services include incidental services pertaining to any/all aspects of this work to be performed under a resulting subcontract (including transportation, fuel, lodging, meals, and communications expenses). 1.9

Eligibility of Offerors

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 by the USG. 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 (including subcontractors) or firms’ principals who are debarred, suspended, or proposed for debarment, in the performance of the requirement of this activity.

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 6 of 28

1.10

Brand Names and Model Numbers

Any specific brand names and/or model numbers indicated—while often preferred—are for description only. An equivalent substitute, as determined by the specifications, will be acceptable. Any differences between requested commodities and offered items must be clearly noted and explained. 1.11

In-Country Warranty Service and Repair Requirements

Warranty service and repair within the cooperating country are required for all commodities under this RFQ. The warranty coverage must be valid on all commodities for twelve (12) months after delivery and acceptance of the commodities. Local service providers will be advantage. 1.12

Electrical Requirements

The power requirements in Georgia are 220V, 50 Hz. All electrical commodities, peripherals, and supplies contained in this RFQ must operate on this voltage and hertz. Transformers will not be accepted. Auto-sensing, multi-voltage power supplies are preferable to single-voltage items. 1.13

Delivery Requirements

Delivery terms are DAP to Tbilisi, Georgia. It is expected that delivery and installation of materials will take place between April 15 – April 15, 2014. Any international shipping carried out under any subcontract resulting from this RFQ must take place on US-flag vessels. Related Services: Assembly and Installation services. The delivery estimate presented in any offers in response to this RFQ must be honest, accurate, and upheld in the performance of any resulting subcontract or order. Packing: For delivery of commodities, the contents of each box must be clearly written on each box. 1.14

Negotiations

Best and final price quotations are requested from all offerors. 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 PO. 1.15

Basis for Award

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 7 of 28

Chemonics anticipates that this RFQ will result in a single award to a single supplier; however, Chemonics reserves the right to make multiple awards, if it is in the best interest of the NEO Project. Chemonics intends to award a Purchase Order to the responsible offeror(s) whose proposal(s) represents the best value to Georgia New Economic Opportunity Project after evaluation of the following criteria, with the weights applied accordingly: •

Technical Approach (40%) —Based on the overall approach to RFQ requirements and the degree that the Offeror meets the technical specifications.



Cost (40%) — Based on the total cost for each separate lot presented in the proposal.



Delivery Schedule (20%) — Based on the delivery schedule presented in the proposal. Chemonics requires that the Commodities covered under the RFQ shall be delivered within the final completion schedule specified in the 1.13, however earlier or later delivery periods will be evaluated

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 approximately equal to the 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. Chemonics will sign PO(s) on a whole lot basis. Please note that if there are significant deficiencies regarding responsiveness to the requirements of this RFQ, the offer may be deemed “non-responsive” and thereby disqualified from consideration. 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. 1.16

Terms and Conditions of the Purchase Order (PO)

This is a Request for Quotations only. Issuance of this RFQ does not in any way obligate Chemonics or USAID to award a PO, nor does it commit Chemonics or USAID to pay for costs incurred in the preparation and submission of a proposal. This solicitation is subject to the Draft Purchase Order Terms and Conditions detailed in Section 2. Any resultant award will be governed by these terms and conditions. Chemonics reserves the right to make revisions to the content, order, and numbering of the provisions in the actual PO

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 8 of 28

document prior to execution by Chemonics and the selected awardee. Issuance of a PO award is subject to availability of sufficient funds.

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 9 of 28

SECTION 2: DRAFT ORDER TERMS AND CONDITIONS Per Section 1.17 of this RFQ, in the event of a PO award resulting from an offer submitted in response to this RFQ, the following terms and conditions will apply:

PURCHASE ORDER Purchase Order Number: XX Effective Date: XX Supplier: Attention: Address:

Delivery Due Date: According to Delivery schedule, clause III Delivery Incoterm: DAP to Tbilisi

Payment Terms: 30 days upon submission of documents specified in Attachment 1

Delivered To: Locations listed in sect 1.13 of this RFQ

Line Item 1 2 3 4 5 6 7 8

Description

Bill To: Chemonics International Inc. Branch “Chemonics Georgia” Attention: Subcontracts Team 6a N. Ramishvili St. Tbilisi, Georgia Tel: 2250561

Unit

Qty

Unit Price GEL

Total Price GEL

Additional Notes: • This purchase order is issued by the Georgian branch of Chemonics International Inc. “Chemonics Georgia” (“Chemonics”) on behalf of the New Economic Opportunities Initiative, USAID Contract No. AID-114-C-11-00001. This project is being implemented by Chemonics in the Cooperating Country of Georgia. • All electrical commodities must operate on the following voltage: 220V, 50Hz • The authorized USAID Geographic Code for this purchase order is Geographic Code 110, 937

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 10 of 28

Chemonics Authorization of Purchase Order:

Supplier Acceptance of Purchase Order:

Name: Kirk Ramer Title: Chief of Party, Chemonics Georgia Date:

Name: Title: Date:

_____________________________________ Signature

_____________________________________ Signature

Attachment 1: Chemonics International Purchase Order Standard Terms and Conditions I. DEFINITIONS: The following definitions apply to this purchase order and any related correspondence: a. “Chemonics” means Chemonics International Inc. b. “Cooperating Country” means the country, identified on the purchase order cover page. c. “Delivery Incoterm” refers to the international commerce term (Incoterm) established by the International Chamber of Commerce, www.iccwbo.org d. “FAR” means the United States Federal Acquisition Regulation. e. “Geographic Code” means the country(ies) or area(s) assigned by USAID to a certain three digit code, as defined in United States Code of Federal Regulations (CFR) in 22 CFR §228, available at http://www.gpo.gov/fdsys/pkg/FR-2012-01-10/pdf/2011-33240.pdf f. “Supplier” means the individual or firm, identified on the purchase order cover page, supplying the goods and/or services under this order g. “U.S.” or “United States” means the United States of America, including any State(s) of the United States, the District of Columbia, and areas of U.S.-associated sovereignty, including commonwealths, territories and possessions. h. “USAID” means the United States Agency for International Development. II. CONTRACT: This purchase order (PO), when properly completed and signed by both parties, is the only form which will be recognized by Chemonics and will constitute the fixed-price contract. No terms stated by the Supplier in accepting or acknowledging this order shall be binding on Chemonics unless accepted in writing by Chemonics. The purchase order may not be assigned or delegated, in whole or in part, by the Supplier without the written consent of Chemonics; absent such written consent, any assignment is void.

III. Delivery

AND PAYMENT: Delivery of the Goods shall be in accordance with the Delivery Due Date identified on the purchase order cover page. The details of shipping and other documents to be furnished by the Supplier are specified below. The above documents shall be received by the Purchaser upon delivery and installation of the Goods and, if not received, the Supplier will be responsible for any consequent expenses.

Deliverable Number 1

2

3

Deliverable Name Delivery of equipment and material to the Final Destination Installation of equipment and service packages Testing and Acceptance

Deliverable Due Date

Delivery Location/Method

[TBD]

[TBD]

Acceptance Document

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 11 of 28 Payment shall be made—through direct payment—in the currency identified on the purchase order cover page for items that have been delivered and installed to the delivery destination(s) set forth in the purchase order. The Supplier shall submit: 1)

2) 3) 4) 5) 6)

an original and three copies of the Supplier’s invoice (or electronic invoice, if authorized) that includes, at a minimum: (a) name and address of the Supplier; (b) invoice date and number; (c) PO number; (d) description, quantity, unit of measure, unit price and extended price of the items delivered; an original and three copies of acceptance certificate confirming installation of goods; Copy of air waybill or transport document (delivery note, truck receipt, etc.) ; Original and three copies of the packing list identifying contents of each package; 3 Copy of certificate of origin; Original and three copies of Manufacturer’s or Supplier’s Warranty Certificate .

Phased delivery of goods is permitted. IV. ELIGIBILITY OF COMMODITIES AND SUPPLIERS: The Supplier shall adhere to the following in carrying out this purchase order: a. All commodities supplied under this order must comply with the authorized USAID Geographic Code identified on the purchase order cover page in accordance with 22 CFR §228 (“Rules for Procurement of Commodities and Services Financed by USAID” available at http://www.gpo.gov/fdsys/pkg/FR-2012-01-10/pdf/201133240.pdf), unless otherwise indicated in writing by Chemonics. b. No commodities made in—or containing a component made in—Cuba, Iran, North Korea, Syria may be supplied. c. The Supplier must be an organization incorporated or legally organized under the laws of—or (if an individual) a citizen or legal resident of—a country in the USAID Geographic Code identified on the PO cover page. The Supplier must also be meet the nationality requirements of 22 CFR 228.12. d. No commodities or services shall be eligible for payment under this order if provided by a vendor included on any list of suspended, debarred, or ineligible bidders used by USAID or the United States Government. V. ELIGIBILITY OF TRANSPORTATION SERVICES: Any ocean or any international air shipments financed by this purchase order must be made on carriers and vessels under flag registry of the United States. If such carriers or vessels are not available, the Supplier shall notify Chemonics prior to shipment in order to request further written instructions. Failure to use such U.S. flag carriers/vessels without prior written authorization from Chemonics shall be grounds for unilateral termination for default of the purchase order by Chemonics, with no payment being issued for any shipping/transportation costs. VI. WARRANTY: The Supplier warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this PO. All equipment supplied under this order must be covered by the manufacturer's standard international warranty which shall, at a minimum, protect Chemonics from any loss due to defective workmanship, material, and parts, for 36 (thirty six) months (unless otherwise stated on the purchase order document) after the equipment is delivered to and accepted by Chemonics. In the event that the warranty is breached, Chemonics may require, and the Supplier is bound, to remedy all defects and faults, including both workmanship and materials within a reasonable time of notification. The Supplier shall be responsible for all necessary domestic transportation charges required to ship the defective commodities to the Supplier and replacement commodities to Chemonics. In the event of the Supplier's refusal, failure, or inability to remedy such discrepancies within a reasonable time of notification, Chemonics may remedy such defects on its own and claim the reasonable cost of such remedial action from the Supplier. VII. INSPECTION AND ACCEPTANCE: The buyer shall check the condition of the goods within three days after reception, and make any claims he/she deems relevant to Supplier., who shall only be liable for the value of said goods, and the cost of transport if it was at the expense of the buyer. VIII. GOVERNING LAW AND RESOLUTION OF DISPUTES: (A) Governing Law. This purchase order, including any disputes related thereto, shall be governed by the laws of the District of Columbia, U.S. (B) Disputes between the Parties. The following procedures shall govern the resolution of any controversy, dispute or claim between or among the “Parties,” arising out of the interpretation, performance, breach or alleged breach of this purchase order (“Dispute”).

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 12 of 28 (1) Negotiation. The Parties shall promptly attempt to resolve any Dispute by negotiation in the normal course of business. If, after good faith efforts, the Dispute is not resolved, either Party may request in writing that the Dispute be resolved via Executive Consultation pursuant to subparagraph (B)(2) below. (2) Executive Consultation. For Disputes submitted to Executive Consultation, each Party shall designate a senior company official with authority and responsibility for attempting to resolve the matter. The Party initiating the claim shall provide, in addition to documents supporting the claim, a brief summary of the claim, its perception of the positions of the Parties and any perceived barriers to settlement of the case. Within 30 calendar days after delivery of the claim summary, the Parties shall meet and attempt to resolve the Dispute. If the Dispute is not resolved within 45 days from submission of the claim summary, or such other amount of time as agreed between the Parties, the claiming Party may proceed under subparagraph (3) below. (3) Arbitration. Any controversy or claim between the Parties arising out of or relating to this purchase order, or the breach thereof, that has not been resolved by Executive Consultation, shall be settled by arbitration administered by the American Arbitration Association in accordance with its Arbitration Rules, including the Optional Rules for Emergency Measures of Protection, unless otherwise provided herein. The arbitrators shall not be empowered to award damages in excess of compensatory damages and each Party expressly waives and foregoes any right to punitive, exemplary, or similar damages. Each Party will bear the cost of its own Attorney-Fees. The Arbitration shall be in Washington, D.C., unless otherwise agreed between the Parties. (C) Obligation to perform work. Supplier shall diligently proceed with the performance of work pending final resolution of any Dispute. IX. INDEMNITY AND SUPPLIER WAIVER OF BENEFITS. The Supplier agrees to indemnify and save harmless Chemonics and its officers, employees, and agents from and against any and all claims and liability, loss, expenses, suits, damages, judgments, demands, and costs (including reasonable legal and professional fees and expenses) arising out of the Supplier’s provision of goods or services under this purchase order. X. EXCUSABLE DELAYS. The Supplier shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Supplier and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Supplier shall notify Chemonics in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to Chemonics of the cessation of such occurrence. XI. CHANGES: Chemonics may at any time, by written order, and without notice to the sureties, make changes within the general scope of this purchase order. If any such changes cause an increase or decrease in the cost, or the time required for the performance, of any part of the work under this purchase order, an equitable adjustment shall be made in the purchase order price or delivery schedule, or both, and the purchase order shall be modified in writing accordingly. Any claim by the Supplier for adjustment under this purchase order must be asserted within thirty (30) days from the date of receipt by the Supplier of the modification or change. XII. TERMINATION FOR CONVENIENCE: Chemonics reserves the right to terminate this purchase order, or any part hereof, for its sole convenience. In the event of such termination, the Supplier shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this PO, the Supplier shall be paid a percentage of the PO price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Supplier can demonstrate to the satisfaction of Chemonics using its standard record keeping system, have resulted from the termination. The Supplier shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give Chemonics any right to audit the Supplier’s records. The Supplier shall not be paid for any work performed or costs incurred which reasonably could have been avoided. XIII. TERMINATION FOR CAUSE: Chemonics may terminate this purchase order, or any part hereof, for cause in the event of any default by the Supplier, or if the Supplier fails to comply with any PO terms and conditions, or fails to provide Chemonics, upon request, with adequate assurances of future performance. In the event of termination for cause, Chemonics shall not be liable to the Supplier for any amount for supplies or services not accepted, and the Supplier shall be liable to Chemonics for any and all rights and remedies provided by law. If it is determined that Chemonics improperly terminated this PO for default, such termination shall be deemed a termination for convenience.

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 13 of 28

XIV. TITLE: Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to Chemonics upon acceptance, regardless of when or where Chemonics takes physical possession. Chemonics retains the right to transfer title at any time to any organization or entity in the Cooperating Country. At the time that any items supplied under this purchase order are transferred any entity within the Cooperating Country, all rights to warranty support and service provided to Chemonics under this purchase order shall be transferred with the items to the new end-user. The Supplier shall continue to honor all warranty support and services for the duration of the warranty period. XV. RISK OF LOSS. Unless the purchase order specifically provides otherwise, risk of loss or damage to the items provided under this purchase order shall remain with the Supplier until, and shall pass to Chemonics upon delivery of the items to Chemonics or Chemonics’ authorized agent at the delivery location. XVI. Worker’s Compensation Insurance: If the order involves performance of incidental services (installation of USAID-financed equipment or the training of personnel in the maintenance, operation, and use of such equipment) outside of the United States, then before commencing performance under this purchase order the Supplier shall maintain coverage through worker's compensation insurance or security covering each employee to the extent required by the Defense Base Act (DBA) of the United States (42 U.S.C. 1651) but in any event equivalent to coverage required by law or custom in the location where the Supplier's employee is performing services. XVII. TAXES: The agreement under which this purchase order is financed does not permit the use of USAID funds to finance any taxes, tariffs, duties, or other levies imposed by any laws in effect in the Cooperating Country. No such Cooperating Country taxes, charges, tariffs, duties or levies shall be paid under this purchase order. XVIII. SET-OFF CLAUSE: Chemonics reserves the right of set-off against amounts payable to the Supplier under this purchase order or any other agreement the amount of any claim or refunds Chemonics may have against the Supplier. XIX. COMPLIANCE WITH APPLICABLE LAWS AND STANDARDS: The Supplier shall comply with all applicable laws, ordinances, codes, regulations, and other authoritative rules of the United States and of the Cooperating Country and their political subdivisions and with the standards of relevant licensing boards and professional associations. XX. TERRORIST FINANCING PROHIBITION: The Supplier is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Supplier to ensure compliance with these Executive Orders and laws. This provision must be included in all subcontracts issued under this purchase order. XXI. ANTI-CORRUPTION AND ANTI-KICKBACK: No offer, payment, consideration, or benefit of any kind which constitutes an illegal or corrupt practice shall be made, either directly or indirectly, as an inducement or reward for the award of this purchase order. Any such practice will be grounds for canceling the award of this order and for such other actions, civil and or/criminal, as may be applicable. The Supplier and its employees, whether directly or indirectly engaged in the performance of this purchase order, agree to abide by the terms of The United States Anti-Kickback Act of 1986, which prohibits any person from providing or attempting to provide any kickback; soliciting, accepting, or attempting to accept any kickback; or including, directly or indirectly, the amount of any kickback in the contract price charged by the Supplier to Chemonics. XXII. CLAUSES INCORPORATED BY REFERENCE: This purchase order incorporates the following clauses of the United States Federal Acquisition Regulation (48 CFR, Chapter 1) by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/loadmainre.html. It is understood and agreed that the Supplier may be obligated by and to Chemonics for any documentation required of Chemonics under these clauses, and that references to the “Contractor” may also refer to the “Supplier”. The Supplier hereby agrees to abide by the terms and conditions imposed by these clauses. References in the text of these incorporated clauses to "the Government” or "Contracting Officer" may, depending on their context, refer to "Chemonics," and references to “the Contractor" may refer to “the Supplier." XXIII.

ENGAGING CHILD LABOR

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 14 of 28 Chemonics neither engages in nor condones unlawful employment, or exploitation of children in the workplace. Consistent with Georgian labor law, the minimum age for full-time employment under this subcontract is 16 years of age. The Subcontractor shall remunerate employees and consultants employed under this fixed price subcontract in accordance with the pay scales and pay rates established by labor law and/or consistent with reasonable local standards for the type of work to be performed. The Subcontractor shall inform Chemonics in writing, within 24 hours, if it discovers that: 1. 2. 3. 4.

A child under the age of 16 has been employed by the Subcontractor; or An employee or consultant of the Subcontractor knowingly or unknowingly employed an individual under the age of 16; or An individual under the age of 16 has been employed in hazardous work by the Subcontractor; or The Subcontractor, or an employee or consultant of the Subcontractor knowingly or unknowingly employed an individual under the age of 16 for hazardous work.

In the event that Chemonics discovers any violations of the provision above, Chemonics may unilaterally terminate the Subcontract for default. Failure to comply with the provision above may result in termination of the subcontract for default by Chemonics. Chemonics may request refunds of any amounts paid for child labor in violation of this provision. XXIV.

MATERIAL AND WORKMANSHIP

All equipment, material, and articles incorporated into the work covered by this subcontract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided for in this subcontract. References in the specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. The Supplier may, at its option, use any equipment, material, article, or process that, in the judgment of the Chemonics, is equal to that named in the specifications, unless otherwise specifically provided for in this subcontract. The Supplier shall perform all work under this subcontract in a skillful and workmanlike manner. Chemonics reserves the right to request the removal of any Subcontractor employee who is deemed to be incompetent, careless, or otherwise objectionable. XXV.

PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS

The Supplier shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work sites, which are not to be removed and that do not unreasonably interfere with the work required under this Subcontract. The Supplier shall protect from damage all existing improvements and utilities (1) at or near the work site, and (2) on adjacent property of a third party, the locations of which are made known to or should be known by the Supplier. The Supplier shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this Supplier or failure to exercise reasonable care in performing the work. If the Supplier fails or refuses to repair the damage promptly, Chemonics may have the necessary work performed and charge the cost to the Supplier. XXVI. CLEANING UP The Subcontractor shall at all times keep the work area, including storage areas, free from accumulated waste materials. Before completing the work, the Supplier shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of Chemonics. Upon completing the work, the Supplier shall leave the work area in a clean, neat, and orderly condition acceptable to the Chemonics. XXVII.

LIQUIDATED DAMAGES

In accordance with FAR Clause 52.211-12 “Liquidated Damages” – Construction (SEPT 2000), if the Subcontractor fails to complete any deliverable as described in Article 3 within the time specified in the Subcontract, or within any extension granted in writing by Chemonics, the Subcontractor shall pay to Chemonics as liquidated damages, the sum of GEL 100 for each day of delay. The maximum amount of liquidated damages may not exceed 10 percent of contract value.

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 15 of 28

FAR Clause Number 52.222-50 52.225-13 52.225-14

FAR Clause Title

52.236-9

PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS (APR 1984) CLEANING UP (APR 1984) MATERIAL AND WORKMANSHIP (APR 1984) CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (JUN 2004)

52.236-12 52.236-5 52.222-19

Combating Trafficking in Persons (Feb 2009) Restrictions on Certain Foreign Purchases (Jun 2008) Inconsistency Between English Version and Translation of Contract (Feb 2000)

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 16 of 28

SECTION 3: LETTER OF TRANSMITTAL The following cover letter must be completed and submitted in the Technical Volume:

To:

Chemonics International Inc. NEO/Chemonics International Inc. 6a N. Ramishvili St. 0179, Tbilisi, Georgia Attention [SubcontractsTeam]

Subject: Reference:

Proposal from Company Name RFQ no. NEO-RFQ-046

Date:

(insert date)

Company Name hereby proposes the attached offer to perform all work required to complete the scope of work as described in the above referenced RFQ. Please find attached our detailed Technical Volume and Cost Volume, as called for in the RFQ. We hereby acknowledge and agree to all of the terms and conditions, special provisions, and instructions included in the above referenced RFQ. We further certify that Company Name, as a firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFQ—are eligible to participate in this procurement under the terms 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.

(Insert company name) Company Name (Insert name and title) Name and title of authorized representative ___________________________________ Signature (insert date) Date

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 17 of 28

SECTION 4: OFFEROR’S TECHNICAL SUMMARY SHEET The following information must be completed and submitted in the Technical Volume: I.

Name of Offeror: Tax ID No.: Address: Telephone/Fax No.:

II.

Is the Offeror an official dealer for the commodities offered?

____yes

_____no

III.

International warranty on all commodities?

____yes

_____no

Copy of warranty terms/conditions included?

____yes

_____no

How many years for the warranty?

_______ years

III.

Authorized agent(s) in Georgia for service, warranty, etc.: A. Name(s): B. Address(s): C. Telephone No.(s): D. Contact:

IV.

Fax No.(s):

Delivery time Deliverable Number 1 2 3 etc.

Deliverable Name

Delivery Schedule

TOTAL delivery estimate (after receipt of order) _______ calendar days (NOTE: Delivery data must be honest, accurate, and upheld in any resulting PO) (insert company name) Company Name (insert name and title) Name and title of authorized representative

Signature (insert date) Date

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 18 of 28

ANNEX 1: DETAILED SPECIFICATIONS AND REQUIREMENTS

Annex 1 contains the technical requirements of the commodities. Line items are broken down into individual technical specifications. For each technical specification line item listed in Annex 1, offerors must describe the extent to which each requested specification is met. If there is a difference between the requested specification and the offered item, please indicate and describe the difference. If there is no difference, write "same". Meteorological Stations Specification Meteorological stations should have a uniform user platform and provide professional-grade data collection, storage, and distribution via internet, PC-download or GPRS transfer. Stations should transfer data at pre-defined intervals to the host’s website. The system must provide analysis and meteorological data processing service, including the data viewing and analysis module for the clients’ use via internet. Meteorological stations should have independent solar-energy power supply by solar energy. The stations must monitor the following weather parameters: • Air Temperature • Relative humidity • Precipitation • Barometric pressure • Wind speed • Solar Radiation • Leaf wetness • Soil moisture and temperature • Dew point and freeze prediction • Barometric pressure Disease prediction model should results in real time warnings for: Apple: Scab, fire blight; Stone fruit: Taphrina, Monilia, Pseudomonas, Shut hole disease; Pear: Scab, Brown spot; Strawberry: Powdery Mildew, Botrytis cinerea; Grapes: Downy mildew, powdery mildew, botrytis, black rot; Tomato: Early blight, late blight, Botrytis cinerea; Potato: Early blight, late blight; Wheat: Rust, Septoria, Fusarium; and Onion: Downy mildew, Botrytis squamosal.

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 19 of 28

Detail Specifications Line Item

Category • • • • • • • •

1

Meteorological Station

• • • • • • • •

2

Disease Monitoring Package for Fruit

Description Requested Model / Specifications Measuring Interval: 5 – 10 minutes Logging interval, not more: 60 minutes Internet contact interval: user defined Temperature sensor resolution: ≤ 0.1°C Temperature sensor accuracy: ≤0.5° C Relative humidity sensor resolution: 1% Rain gauge resolution: ≤0.2mm Rain gauge max rain reporting: not less than 12 mm/min Rain gage accuracy: ≤5% Leaf wetness sensor principle: Resistance inside Global radiation sensor range: Filter paper Global radiation sensor resolution: 0 ñ 2000 W/m2 Global radiation sensor accuracy: 1 W/m2 Wind speed Range: ≤ 5% Barometer Range: 0 - 40 m/s Barometer accuracy: 0 - 1103 mbar

• One-year service package to detect fungal diseases for one crop

Qty

Column A Offered Model / Specifications

Column B Source

8

1

Warranty: General product warranty – 1 year For each item, Offerors are also required to indicate the “source” of each line item in Columns B. Please see Section 1.8 of the RFP for definitions of this term. Supplier should deliver all materials to NEO’s indicated delivery destination: Tbilisi, Georgia. Supplier should install meteorological stations no later than April 30, 2014. Under installation NEO considers following operation: meteorological construction, installation. (labor and materials associated with concrete and soil preparation work are not included in Supplier’s responsibility and will be fulfilled by NEO’s beneficiaries).

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 20 of 28

ANNEX 2: PRICE SCHEDULE Annex 2 contains the same line items as Annex 1. Offerors must fill in this Annex to provide the unit pricing for each item and the total for each item. Offerors must also provide the total price for the entire list, as well as any additional costs.

LETTER HEAD OF THE COMPANY TO:

Grants and Subcontracts Team Chemonics International 6 Nino Ramishvili St., 6 floor, 0179, Tbilisi, Georgia Tel: +995 32 23 43 11/12 Fax: +995 32 23 43 09

SUPPLIER: ADDRESS: TELEPHONE: E-MAIL:

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 21 of 28

NEO-RFQ-009 Procurement of meteorological stations

##

Description

Unit of measure

1

Meteorological stations

Unit

8

Unit

1

2

Annual service package fee of disease monitoring for one crop Total

Quantity

Unit Price, DAP to final destination exclusive VAT and Customs tax GEL/USD

Total Price, DAP to final destination exclusive VAT and Customs tax GEL/USD

Installation services price for 1 unit

Total Installation services price

AUTHORIZED PERSON, TITLE: SIGNATURE: DATE:

Grand Total

Delivery period

Installation period

Source

Annex 3: Required Representations and Certifications The following certifications must be completed and submitted in the Technical Volume of any proposal. Attachment 3-1 Certification of Compliance (insert name of company)

(hereinafter called the "offeror")

The Offeror hereby certifies the following: 1. Authorized Negotiators

The Company Name proposal in response to RFQ No. 006may be discussed with any of the following individuals. These individuals are authorized to represent Company Name in negotiation of this offer in response to RFQ No.046 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.)

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 23 of 28 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

As applicable to this RFP. 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

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 24 of 28

Annex 3-2: 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 _____________________

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 25 of 28

Annex 3-3: 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 _____________________

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 26 of 28

Annex 3-4: 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 _____________________

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 27 of 28

Annex 3-5: 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 3-5a. (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 _____________________

NEO-RFQ-046 Procurement of Meteorological stations USAID New Economic Opportunities Initiative (NEO) Page 28 of 28

Annex 3-5a: Current List of Products and Countries on EO 13126 List The current list of products was published in the May 31, 2011 Federal Register and includes the following: Product

Countries

Bamboo

Burma

Beans (green, soy, yellow)

Burma

Brazil Nuts/Chestnuts

Bolivia

Bricks

Burma, China, India, Nepal, Pakistan

Carpets

Nepal, Pakistan

Coal

Pakistan

Coca (stimulant plant)

Colombia

Cocoa

Cote d’Ivoire, Nigeria

Coffee

Cote d’Ivoire

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