40
Request for Quotation (RFQ) No. JP-2017-02 IT and Audio-Video Equipment Fixed-Price Subcontract Issue Date: January 19, 2017 Dear Respected Vendor: Millennium DPI Partners, the prime contractor for the U.S. Agency for International Development’s (USAID) Justice Project in Bosnia and Herzegovina (JP), hereby invites you to submit a proposal/bid to provide IT and audio-video equipment specified in Attachment A - Scope of Work. 1. Synopsis of the RFQ 1. Issuing Office & Email & Office Address for Submission of Proposals: USAID Justice Project in BiH Grbavička 4/V 71000 Sarajevo ID No.: 4202021810009 Email submission: [email protected] 2. Deadline for Receipt of Questions: January 27, 2017 at 17:00 local time, Sarajevo 3. Deadline for Receipt of Proposals: February 10, 2017 at 17:00 local time, Sarajevo 4. Email for question and submissions of proposals: [email protected] 5. Anticipated Award Type: The terms and conditions are as follows: Request for Quotation (RFQ) No. JP-2017-02 Page 1 of 40

IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Embed Size (px)

Citation preview

Page 1: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Request for Quotation (RFQ) No. JP-2017-02

IT and Audio-Video Equipment Fixed-Price Subcontract

Issue Date: January 19, 2017

Dear Respected Vendor:

Millennium DPI Partners, the prime contractor for the U.S. Agency for International Development’s (USAID) Justice Project in Bosnia and Herzegovina (JP), hereby invites you to submit a proposal/bid to provide IT and audio-video equipment specified in Attachment A - Scope of Work.

1. Synopsis of the RFQ1. Issuing Office & Email

& Office Address for Submission of Proposals:

USAID Justice Project in BiHGrbavička 4/V71000 SarajevoID No.: 4202021810009

Email submission: [email protected]

2. Deadline for Receipt of Questions:

January 27, 2017 at 17:00 local time, Sarajevo

3. Deadline for Receipt of Proposals:

February 10, 2017 at 17:00 local time, Sarajevo

4. Email for question and submissions of proposals:

[email protected]

5. Anticipated Award Type:

The terms and conditions are as follows:

JP will award an IT and Audio-Video Equipment Fixed-Price Subcontract per the specifications in Attachment A - Scope of Work.

Issuance of this RFQ in no way obligates JP to award a subcontract or purchase order. Offerors will not be reimbursed for any costs associated with the preparation of their bids.

6. Basis for Award An award will be made based on the best value to the U.S. government, meeting or exceeding specifications. All associated costs should be included in the proposal. The costs should be reasonable and justifiable. The award, if any, will be issued to the Offeror submitting the offer with best value based on JP’s evaluation criteria (see below). JP reserves the right to issue more than one award based on its evaluation criteria.

Request for Quotation (RFQ) No. JP-2017-02 Page 1 of 30

Page 2: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

2. Request for Proposal – Service inquires1. General Instructions

to Offerors Responses are due by the deadline listed under section 1, item 3, above. Late

offers will be rejected absent extraordinary circumstances, determined at JP’s discretion.

Offerors shall submit proposals in writing in a sealed envelope to the address provided above, with reference to the RFQ number in the footer of each page

Offerors shall confirm in writing that they fully understand that their proposal must be valid for a period of 90 days by signing the Cover Letter (attachment B).

Offerors shall complete Attachment B: Cover Letter template. Value Added Tax (VAT) shall not be included in the price. Offerors shall sign and date the Cover Letter.

2. Questions Regarding the RFQ

Each Offeror is responsible for carefully reading and understanding fully the terms and conditions of this RFQ. All communications regarding this solicitation are to be made solely through the Issuing Office and must be submitted in writing via email no later than the date specified under section 1, item 2, above. Questions received will be compiled, answered in writing, and distributed to all interested Offerors.

3. Price Summary (Attachment B)

1. The price shall be entered in the cover letter (see Attachment B)2. Customs Duty shall be broken out separately in parentheses (only in cases

when the offeror is the direct importer of goods).3. The price must be all inclusive, including procurement, delivery, set up,

and inventory control and branding support to JP.4. Payment method/details

4. Determination of Responsibility

JP will not enter into any type of agreement with an Offeror prior to ensuring the Offeror’s responsibility. The following factors are taken into consideration in assessing an Offeror’s responsibility. The Offeror must:1. Provide copies of required licenses.2. Confirm that the source, origin, and nationality of services are not from a

Prohibited Country (explained below).3. Confirm its ability to comply with the required or proposed delivery date.4. Have a satisfactory past performance record.5. Have a satisfactory record of integrity and business ethics.6. Be qualified to perform work under applicable laws and regulations.7. Provide a bank reference(s) indicting the offeror has the financial resources

to procure and provide the goods and services specified herein.

5. Geographic Code JP may only procure goods and services from the following countries which fall under the authorized geographic code for the contract:

Geographic Code 937: Goods and services from the United States, Bosnia and Herzegovina, and "Developing Countries" other than "Advanced Developing Countries”, excluding prohibited countries. A list of the "Developing Countries" as well as "Advanced Developing Countries" can be found at: http://www.usaid.gov/policy/ads/300/310maa.pdf and

Request for Quotation (RFQ) No. JP-2017-02 Page 2 of 30

Page 3: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

http://www.usaid.gov/policy/ads/300/310mab.pdf respectively. By submitting a proposal in response to this RFQ, Offerors confirm that they

are not violating the Source and Nationality requirements and that the services comply with the Geographic Code and the exclusions for prohibited countries.

6. Compliance with Terms and Conditions

Offerors shall be aware of the general terms and conditions for an award resulting from this RFQ. The selected Offeror shall comply with all Representations and Certifications of Compliance listed in Attachment C.

7. Procurement Ethics By submitting an offer, each Offeror certifies that it has not/will not attempt to bribe or make any payments to JP employees in return for preference, nor have any payments with terrorists, or groups supporting terrorists, been attempted.

REQUIREMENTS FOR QUOTES TO BE DETERMINED AS RESPONSIVE

1. JP will evaluate and compare the quotations and determine those that are substantially responsive, i.e., which: (a) are properly signed and stamped; (b) conform to specifications; (c) comply with the terms and conditions described in this RFQ; and (d) comply with USAID regulations and requirements.

The most advantageous offer in terms of responsiveness, specifications, price, and delivery will be selected. Offers will be evaluated based on the following criteria:

Price 50%Responsiveness 20%Delivery Date 20%Past Performance 10%

For responsiveness, Offeror must demonstrate that the goods offered meet the required specifications and quality set forth in Attachment A – Scope of Work.

For delivery date, Offeror should specify firm delivery dates for each requested item and confirm its ability to procure, deliver, install, clean, inspect goods, as well as remove cardboard and other trash by the specified delivery date. It is expected that all goods will be delivered, installed, and cleaned (bar coded and branded assisting JP staff) on or before 04/28/2017.

For past performance, the Offeror should demonstrate that it has relevant experience in providing similar goods to international organizations and/or Bosnia and Herzegovina institutions or government agencies for at least 3 years, in addition to a proven track record of excellent performance. Provision of services to the US government or US government contractors is preferable, but not required. The Offeror must provide the contacts of at least three clients for a past performance check.

2. Within the valid term of this quotation, no change in unit price may be made by the Offeror. JP reserves the right to subcontract for less or more goods at its discretion.

3. Negotiations: Best-offer quotations are requested. It is anticipated that awards will be made based on original quotations; however, JP reserves the right to conduct negotiations and/or request clarifications prior to awarding a contract.

Request for Quotation (RFQ) No. JP-2017-02 Page 3 of 30

Page 4: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

4. JP may choose to award this procurement to more than one vendor for specific items requested in the RFQ based upon best value by category. For example if one Offeror is deemed to provide the best value for office chairs and desks while another is deemed to provide the best value for cabinets, JP may, but is not obligated to, enter into a subcontract with the first Offeror for chairs and desks and enter into a separate subcontract with the second Offeror for cabinets.

5. Attachment A- Scope of Work and Description of equipment with unit cost proposal, and delivery schedule using minimum required specifications

6. Attachment B- Quotation Summary Cover Letter (on Company Letterhead)

7. Attachment C- Representations and Certifications of Compliance

8. Attachment D- Quotation checklist

The proposal must include all completed paperwork per the checklist in Attachment D.

Request for Quotation (RFQ) No. JP-2017-02 Page 4 of 30

Page 5: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Attachment A- Scope of Work

1. Background. The USAID Justice Project in Bosnia and Herzegovina (JP) is a five-year rule of law initiative running from October 2014 until October 2019. Its purpose is to help justice sector institutions in Bosnia and Herzegovina (BiH) effectively combat government corruption and prosecute economic, organized, and other serious crime cases. At the same time, the JP helps increase public confidence in the judiciary by strengthening its integrity and ensuring greater self-accountability and transparency within the justice sector.

As part of these efforts, JP plans to procure IT and audio-video equipment for prosecutor offices around the country.

2. Required Services. JP requires a company that can provide the following services:

a. Procure, deliver, and install equipment, and where applicable, provide training to end users or responsible staff on equipment usage on or before April 28, 2017.

b. The requested items will be delivered to the following locations in BiH (Prosecutor Offices in these locations): Sarajevo, Trebinje, Mostar, Široki Brijeg, Livno, Bihać, Goražde, Orašje, Banja Luka, Bijeljina, Tuzla, Zenica, Mostar, Travnik, Brčko. The number of pieces/items to be provided to each location will be subsequently confirmed by the Justice Project.

c. Any and all charges for delivery, installation, cleaning, garbage removal, or other services must be factored into the unit price of each item. No additional payment will be made for such services.

3. Required Technical Documents. The bid must include a technical proposal (no more than 3 pages) describing your proposed plan for completing the work described above. The technical proposal should demonstrate a clear understanding of the work to be undertaken and include (i) a schedule of delivery, (ii) affirmation that the goods offered meet the required specifications and quality set forth in Attachment A – Scope of Work, (iii) a summary of relevant experience in providing similar goods to international organizations and/or Bosnia and Herzegovina institutions or government agencies for at least 3 years, and (iv) contact details for at least three clients for a past performance check.

4. Required Cost Proposal. The cost proposal must include all costs associated with organizing and conducting the work. Prices must be quoted on a fixed price, all-inclusive basis, in Bosnian Convertible Marks (KM). No other costs, taxes, and/or fees may be added later. Prices shall not include Value Added Tax (VAT). The cost proposal should be structured as follows:

Request for Quotation (RFQ) No. JP-2017-02 Page 5 of 30

Page 6: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

1. LOT 1 - IT Equipment

Item name Total unitsUnit Price in KM (without VAT)

Total price in KM (without VAT)

Delivery date

1.1 Switch 3

1.2 Desktops (with licensed software)

30

1.3 Laptop 54

1.4 Tablet 8

1.5 Mobile phone 13

1.6 Shredder 4

1.7 Digital cameras type 1 1

1.8 Digital camera DSLR 2

1.9 Lens I 2

1.10 Lens II 2

1.11 Lens III 1

1.12 TV set 1

1.13 USB Flash drive 12

1.14 External HD 2

1.15 Digital video recorders 1

1.16 PDF editing software 2

2. LOT 2 - Copiers, scanners, printers

Request for Quotation (RFQ) No. JP-2017-02 Page 6 of 30

Page 7: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Item name Total unitsUnit Price in KM (without VAT)

Total price in KM (without VAT)

Delivery date

2.1 Copier 4

2.2. Printer color laser 1

2.3 Network printers 2

2.4 Printers 19

2.5 Large Capacity Scanners 13

2.6 Small Capacity Scanners 5

2.7 ID printer 1

2.8 Cards for ID printer 500

2.9 Overhead Projector 2

3. LOT 3 - AV Equipment

Item name Total unitsUnit Price in KM (without VAT)

Total price in KM (without VAT)

Delivery date

3.1 AV equipment 1

Request for Quotation (RFQ) No. JP-2017-02 Page 7 of 30

Page 8: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

LOT Specifications

1. Specification for LOT 1 – IT equipment

1.1 Switch for local data transfer network

Type Description (minimum requirements)

L2 Switch must have the following characteristics

24 x 10/100/1000 Base T ports 4 dual-purpose uplink ports (10/100/1000 or SFP) or 4 GE SFP

uplink ports with SFP transceivers for both types of connectors (RJ-45 or LC/PC)

Maximum height 1 RU Rack mountable Minimum 16 MB flash memory Port security on each port IEEE 802.1p priority tagging based on IP address, TCP/UDP port

number and DiffServ VLAN 802.1Q tagging Support for at least 64 VLAN Path MTU discovery

Supported protocols and Services

IGMP, RMON, TFTP, DHCP relay, NTP, LLDP, Link Aggregation Protocol, SSH v2, Telnet, SNMP v1/ v2/v3, IEEE 802.1d/802.1w/802.1s Spanning Tree Protocol, Rate limiting, IEEE 802.1x, RADIUS authentication, Support for authentication from local users’ database in case of crash of RADIUS server, Dynamic VLAN assignment (802.1x VLAN assignment)

Performance Forwarding rate minimum 35.7 mpps or higher Switching bandwidth: 48 Gbps or higher

Power supply 100-240VAC, 50-60 Hz Minimum one (1) year of warranty with customer support as per

manufacturer’s conditions

1.2 Desktop workstation

Type Description (minimum requirements)

Case “Small Form Factor” case; Design which enables case opening, change of optical drive and disk without use of tools

USB BIOS features

Individual blocking of all USB ports via BIOS; Ability to disable recording of data on USB drives

Electronic switch to signal opening of the case and record the event in BIOS (chassis intrusion)

CPU Processor: at minimum dual core, minimum Passmark CPU Mark result of 5000 or higher

RAM 4 GB DDR3 SDRAM + minimum of 2 free memory slots

Request for Quotation (RFQ) No. JP-2017-02 Page 8 of 30

Page 9: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Type Description (minimum requirements)

RAM expandable to no less than 16 GB

HDD At minimum 500 GB hard drive, Serial ATA II, 7200rpm DVD ROM, SATA

Ethernet card Integrated Gigabit Ethernet (10/100/1000)

Connectors

Front connectors: at least 2 x USB 3.0 ports, microphone and head speaker

Back connectors: at least 6 USB ports (of which at least 2 must be USB 3.0), line in, line out, VGA and/or DVI, RJ-45

Video card Intel® GMA HD integrated graphics or equivalent

Audio card Integrated HD audio controller

Speakers Internal speaker

Monitor At least 19" 16:9 LCD LED Monitor by the same manufacturer as PC,

minimum resolution 1600x900, connector (depending on connectors in the back of the computer), response time 5ms or less

Keyboard Keyboard USB – BiH layout of keys, from the same manufacturer as PC

Mouse Optical mouse USB, 2 buttons (with scroll wheel) from the same manufacturer as PC

Software MS Windows 10 Professional – English or equivalent MS Office Home and Business 2016 Installation CD or DVD with drivers including Recovery disk

Energy Efficiency “Energy Star” certified

Warranty At least a five (5) year on-site warranty from the manufacturer

1.3 Laptop

Type Description (minimum requirements)

CPU Processor: at minimum two cores, min. Passmark CPU Mark result of 3300 or higher

RAM RAM: at least 4GB DDR3

HDD At minimum 500 GB Sata3 HDD

Display Display: at minimum 15", min. res. 1366 x 768 / non-glare

Audio card Integrated audio card and speakers

Video card Integrated graphic adapter

Request for Quotation (RFQ) No. JP-2017-02 Page 9 of 30

Page 10: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Type Description (minimum requirements)

Ethernet adapter Integrated 10/100/1000 Ethernet adapter

WLAN Integrated WLAN (802.11 b/g/n)

Bluetooth Integrated Bluetooth, at minimum 2.0 spec.

Webcam, microphone Integrated web camera and mic

Connectors Connectors: at minimum 4 x USB (of that at least 1 must have 3.0. specifications) VGA integrated, docking station port, 1 x audio combo

Keyboard Keyboard – BiH key layout

Pointing device Pointing device: TouchPad

Software Microsoft Windows 10 Professional or equivalent MS Office Home and Business 2016

Battery Battery at least 6 cell that provides at least 6 hours of working autonomy

Case Case, original by the manufacturer of the laptop

Warranty At least three (3) year warranty

1.4 Tablet

Type Description (minimum requirements)

Specifications 10.1'' Full HD (1920x1200) IPS Multi-Touch, AG, 2GB (LPDDR3-1066MHz), 64GB e-MMC Memory, Wi-Fi 802.11 a/b/g/n, Micro SDXC Slot, Micro USB, Quad Core, 720p HD Web Camera 2.0MPix Front 5MPix Rear,

Warranty At least a 1 (one) year warranty

1.5 Mobile Phone

Type – Mobile phone Description (minimum requirements)

Specifications OS: Android. Display: 5.0" 1280 x 720 (HD). Processor: at least Quad Core 1.2GHz ARM Cortex-A7. RAM: minimum 1,5 GB. Internal memory: 8 GB. Camera rear/front. Battery: Li-Ion

Request for Quotation (RFQ) No. JP-2017-02 Page 10 of 30

Page 11: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Warranty At least a 1 (one) year warranty

1.6 Shredder

Type - Shredder Description (minimum requirements)

Feed Type Traditional

Basket Type Pull-out Bin

Bin Capacity Up to 40 liters

Can Shred

Staples Credit Cards Paper Clips CDs/DVDs Junkmail

Energy Efficient Features

Energy Savings System

Sheet Capacity 18

Usage Heavy Use

Warranty 2 Yr

1.7 Digital Camera Type I

Type Description (minimum requirements)

Resolution Resolution: at least 16mpx

Zoom Optical zoom: at least 35x Digital zoom: 4x

Display Screen: at least 3”

Recording media type SD/SDHC/SDXC

Battery Adequate battery supplied

Video recording HD video at 720p (minimum)

Accessories Deliver with adequate recording media of at least 4GB capacity Class 10 and leather case

Request for Quotation (RFQ) No. JP-2017-02 Page 11 of 30

Page 12: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Warranty At least a 1 (one) year warranty

1.8 Digital Camera Type II

Type DSLR Description (minimum requirements)

Specifications 20.2MP DIGIC 5+ image processor ISO 100-12800 standard, 25600 expanded 7fps continuous shooting, burst depth 65 JPEG / 16 Raw 'Silent' shutter mode 1080p30 video recording, stereo sound via external mic 19-point AF system, all points cross-type, sensitive to -0.5 EV 63-zone iFCL metering system 98% viewfinder coverage, 0.95x magnification, switchable gridlines and

electronic level display Fully-articulated touchscreen, Single SD/SDHC/SDXC card slot Built-in Wi-Fi Single-axis electronic level Built-in flash works as off-camera remote flash controller AF micro adjustment (can be set individually for up to 40 lenses,

remembered by lens serial number)

Warranty At least a 1 (one) year warranty

1.9 Lens

Type - Lenses Description (minimum requirements)

Specifications 55-250 4-5.6 18-55 3.5-5 11-22 f4.0-5.6

Warranty At least a 1 (one) year warranty

1.10 TV

Type Description (minimum requirements)

Specifications 42", TFT, 1920x1080, 400cd/m2, 1.000.000:1 (DCR), Stereo, DVB-T/C,

Warranty At least a 1 (one) year warranty

1.11 USB Flash Drive

Type – USB flash drive Description (minimum requirements)

Specifications 32GB

Request for Quotation (RFQ) No. JP-2017-02 Page 12 of 30

Page 13: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

1.12 External HD

Type – External HD Description (minimum requirements)

Specifications 1TB Ext. USB3.0 2.5" HDD

1.13 Digital Video Recorder

Type Description (minimum requirements)

Resolution Video resolution: FULL HD (1920 x 1080)

Zoom Optical Zoom: minimum 35x

Display LCS Screen: minimum 2.5”

Recording media type Recording medium: SD/SDHC/SDXC

Battery Lithium-Ion

Other features Image stabilizer Mic 2ch stereo Mini HDMI, AV out

USB USB 2.0

Accessories To be delivered with adequate recording media with at least 16GB capacity Class 10 memory card and a leather case

1.14 Digital Video Recorder

Type – PDF Editing Software

Description (minimum requirements)

Specifications

Request for Quotation (RFQ) No. JP-2017-02 Page 13 of 30

Page 14: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

2. Printers, scanners, copiers, OH projectors

2.1 Copy Machine

Description (minimum requirements)

Independent unit

Supported formats: A3, A4, A4R, A5, copy size: Tray: A4, A4R, A5R; Manual feed tray: A4, A4R, A3, A5R, free formats, envelopes

Printout resolution: 1200 dpi x 1200 dpi; Printout speed A4: at least 45 pg./min b/w, Printout speed A3: at least 22 pg./min b/w, Time to first printout: less than 8s, Warm up time: no more than 30 sec. after powering; less than 10 sec. from the standby mode, Multiple copies/printouts: 1 – 999 sheets, Double sided printouts: Standard automatic double-sided, Paper capacity: at least 550 sheets x 2 trays (1100 sheets); Tray for manual feeding: at least 80 sheets (80 g/m2), DADF (Duplex automatic document feeder), CPU: at least 1,8 GHz

RAM: at least 1GB, HDD: at least 160GB, Built in Ethernet 1000/100/10 Mbps

Integrated color management display, touch sensitive, diagonal size 21cm at least. Power: 220/240 V, Network protocol: TCP/IP (support for IPv4/IPv6)

Possibility to scan via network, destinations: e-mail, FTP, SMTP, Supported PCL6, Cassette feeding: feeding unit with two additional adjustable trays, front, 550 sheets, Inner finisher: 2 finisher trays, corner stapling, minimum output capacity 3.000 sheets A4, User adaptability and customization (assigning users, creating one-touch buttons, personalizing pictures and backgrounds etc.);

Original toner from the same manufacturer, minimum capacity 34000 copies at 6% coverage; Minimum 1 (one) year warranty

2.2 Laser printer (color)

Type Description (minimum requirements)

Type Monochromatic laser printer (not Laser LED technology)

Resolution Minimal printing resolution 1200 x 1200 dpi

RAM Installed memory: min 128 MB RAM

CPU Processor: at minimum 790 MHz

Two-sided printing Installed duplex unit for two-sided printing

Printout speed Speed of printout for A4 page: no less than 33 pages per minute Time of printout for page one: no more than 8 seconds

Request for Quotation (RFQ) No. JP-2017-02 Page 14 of 30

Page 15: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Paper trays Number of paper trays: no less than 2, with 1 multipurpose paper feeder capacity of the multipurpose paper feeder: minimum 50 sheets capacity of input trays: minimum 250 sheets

Output tray Capacity of output tray: minimum 150 sheets

USB Supported connections: USB 2.0 port

Drivers Drivers for MS Windows operative systems versions XP/7

Supported languages Supported printer languages: PCL 5e emulation, PCL 6 emulation

PostScript PostScript 3 emulation

Power supply Power supply: 220 - 240 V AC

Energy efficiency Energy Star certified

Toner One additional toner (per standard ISO/IEC 19752 with minimum capacity 5,000 pages)

Printer Cable A standard USB cable (A-B)

Warranty At least a three (3) year warranty

2.3 Network printer

Type Description (minimum requirements)

Type Monochromatic laser technology (not Electrophotographic LED technology)

Speed of printout for A4 (mono) page

No less than 52 pages per minute

Speed of two-sided printout for A4 (mono) sheets

No less than 32 pages per minute

Minimal printing resolution 1200 x 1200 dpi

CPU Minimum 750MHz

Memory Minimum 512 MB RAM

Time of printout for page one No more than 9 seconds

Feeder A4, B4, feeder for envelopes – at least 10 envelopes, Automatic two-sided printing

Monthly duty cycle At minimum 225,000 pages

Request for Quotation (RFQ) No. JP-2017-02 Page 15 of 30

Page 16: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Type Description (minimum requirements)

Input tray capacity Minimum 500 sheets

Supported connections USB 2.0 port, Network Fast Ethernet 10/100/1000Mbps port, Support for BOOTP or DHCP

Supported printer languages PCL 5e, PCL 6, PostScript 3

Compatible operative systems MS Windows XP, 7, Server 2003 or equivalent

Power supply 220 - 240 V AC, Energy Star certified

Other features Two additional toners per standard ISO/IEC 19752, each with a minimum capacity of 24,000 pages

Warranty At least a three (3) year warranty from the start of operation

2.4 Individual printer

Type Description (minimum requirements)

Minimal printing resolution 1200 x 1200 dpi

Installed memory Minimum 128 MB RAM

CPU Minimum 790 MHz

Speed of printout for A4 page No less than 33 pages per minute, installed duplex unit for two-sided printing

Time of printout for page one No more than 8 seconds

Number of paper trays No less than 2, with 1 multipurpose paper feeder capacity of the multipurpose paper feeder: minimum 50 sheets capacity of input trays: minimum 250 sheets

Capacity of output tray Minimum 150 sheets

Supported connection USB 2.0 port

Driver Drivers for MS Windows operative systems versions XP/7

Supported printer languages PCL 5e emulation, PCL 6 emulation PostScript 3 emulation

Power supply 220 - 240 V AC Energy Star certified

Other One additional toner (per standard ISO/IEC 19752 with minimum capacity 5 000 pages)

A standard USB cable (A-B)

Warranty At least a three (3) year warranty

Request for Quotation (RFQ) No. JP-2017-02 Page 16 of 30

Page 17: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

2.5 Large Capacity Scanner

Type Description (minimum requirements)

Large capacity Scanners

Type - Automatic Document Feeder (ADF) scanner

S Scanning Unit Sensor - Charge coupled device (CCD) image sensor or CMOS

Resolution - Scanning resolution: at least 600 dpi

Type of scan: - Monochrome, Grayscale & Color Scanning

speed: - Monochrome, Grayscale & Color at 300 dpi: 100 ppm / 200 ipm

Scanning Side: - Front/ Back/ Duplex

Document Feeding - Automatic document feeder (ADF)Document size for scanning:

Width - 52 - 279 mm

Length - 74 - 431 mm

Interface - USB 2.0 and Ethernet 10/100/1000 Mbps

Document Feeder capacity - at least 500 sheets

Driver - ISIS/TWAIN Driver

Daily Duty Cycle - approximately 25,000 scans / day

Supported functionalities - Automatic page size detection, intelligent blank page deletion

Warranty - minimum 2 (two) years

2.6 Small Capacity Scanner

Type Description (minimum requirements)

Small capacity Scanners

Type - Automatic Document Feeder (ADF) scanner

S Scanning Unit Sensor - Charge coupled device (CCD) image sensor or CMOS

Resolution - Scanning resolution: at least 600 dpi

Scanning - Simplex/Duplex

Type of scan: - Monochrome, Grayscale & Color Scanning

Request for Quotation (RFQ) No. JP-2017-02 Page 17 of 30

Page 18: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Speed (A4): - B/W (200dpi) minimum 40 ppm, 80 ipm, Color (200dpi) minimum 40 ppm, 80 ipm

Scanning Side: - Front/ Back/ Duplex

Document Feeding - Automatic document feeder (ADF)Document size for scanning:

Width - 51 - 216 mm

Length - 74 - 356 mm

Long Document Mode - Minimum 3000mm

Interface - USB 2.0

Document Feeder capacity - at least 50 sheets

Driver - ISIS/TWAIN Driver

Daily Duty Cycle - Minimum 6,000 scans / day

Warranty - minimum 1 (one) year

2.7 ID printer (with cards)

Type Description (minimum requirements)

Type ID card printer

Resolution 300 dpi (12 dots/mm)

Speed 750 cph, monochrome, single-sided 180 cph, color, single-sided 140 cph, color, dual-sided

Single or Dual-sided Printing Dual-sided Single-sided

Color Capability Full Color Monochrome

Print Method Direct-to-Card Dye Sublimation

Lamination None

Warranty At least three (3) year warranty from the start of operation

2.8 O-H Projector

Type Description (minimum requirements)

Request for Quotation (RFQ) No. JP-2017-02 Page 18 of 30

Page 19: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Eco work mode Display aspect ratio: 4:3, 16:9 Contrast: minimum 2000:1 Lighting: minimum 2400 ANSI Lumen in normal operation mode Resolution (basic/max): SVGA (800 x 600)/SXGA (1280 x 1024) Projection lens: F = min 2.4, f = min 21.7 mm Video in: 1 x RGB D-Sub 15pin; 1 x Composite RCA; 1 x S-Video; 1 x

DVI Internal speaker Audio out: 1 x Stereo 3.5 mm mini connector Number of displayed colors: 16.7 million colors Lamp life: 3000 hours in normal operation mode Distance to projection surface between 1m - 12m Size of displayed image between 55cm – 770 cm Project modes: Front, Rear, Front-ceiling, Rear-ceiling Ceiling mountable, Power supply 100 ~ 240 V / 50 ~ 60 Hz, Power

cable, VGA cable, Composite video cable, Wireless remote, Carry bag, 1 spare bulb

Request for Quotation (RFQ) No. JP-2017-02 Page 19 of 30

Page 20: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

3. AV Equipment

3.1

Type

Item

Description (technical specifications)

Quantity

AV Equipment for Interrogation Room

1.1.1 Gooseneck pre-polarized condenser

microphone (3)

- Type: gooseneck pre-polarized condenser microphone- Microphone connector XLR: 3 Male- Impedance: < 100 Ω- Dimensions length: min.450 mm- Frequency response: 50 Hz - 20 kHz- Pick-up pattern: cardioid- Operating temperature: 0 /+40 °C- Equivalent noise level: 26 dB- Maximum sound pressure level (passive): 130 dB SPL- Power supply: Phantom 12 - 48 V- Current consumption: 3 mA

1.1.2 Table mic base with switch (3)

- Base diameter: min.130 mm- Control element: switch- Female connector for microphone:3-pin XLR- Material: zinc die-cast- Pilot light: voltage and mic on/off- Plug connection mixer: 3-pin XLR- Special features: crackle-free switching; wired- Color: black

Audio mixer (1)

- 10-input small format analogue mixers with onboard effects- High-ratio Compressors on input channels- 2-in/2-out USB audio playback and recording- Hi-Pass Filters (low-cut)- Phantom Power 48V on all mic channels- Smooth premium-quality faders- Internal universal power supply- USB Interface Compatibility- PC: Supports Windows 7, Windows 8 and Windows 10.- Mac: Supports Mac OS

Request for Quotation (RFQ) No. JP-2017-02 Page 20 of 30

Page 21: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

1.1.3 Active speakers (2)

- Frequency Range: 43 Hz-24 kHz- Max Peak SPL: 108 dB SPL- Max Peak Input: +23 dBu- LF Driver Size: 127 mm (5")- HF Driver Size: 25 mm (1")- LF Driver Power Amp: 41 W- HF Driver Power Amp: 41 W- LF Trim Control: +2 dB, 0, -2 dB- HF Trim Control: +2 dB, 0, -2 dB- Input Types: 1 x XLR, 1 x TRS Balanced- AC Input Voltage: 100-240 VAC, 50/60 Hz

1.1.4 VGA distribution (1)

- Input: 1 VGA/UXGA on a 15-pin HD (F) connector- Outputs: min. 8 VGA/UXGA on 15-pin HD (F) connectors- Maximum Output Level: 2.2Vpp- Bandwidth: 370MHz (-3dB)- Differential Gain: 0.05%- Differential Phase: 0.05°- Signal to Noise Ratio: 73dB

1.1.5 24” LED monitor Type 1. (1)

- Diagonal screen size: min. 23,5"- Aspect ratio: 16:9- Panel resolution: min.1920x1080- Brightness: 250 cd/m2- Contrast :5.000.000:1- Viewing Angle:170 °/ 160 °- Response Time (ms): 5ms- Connectivity: D-Sub, DVI-D, HDMI, headphones output

1.1.6 24” LED monitor Type 2 (4)

- Diagonal screen size: min. 23,5“- Aspect ratio: 16:9- Panel resolution: min.1920x1080- Brightness: 200cd/m2- Contrast :5.000.000:1- Viewing Angle:170 °/ 160 °- Response Time (ms):5ms- Connectivity: D-Sub, DVI-D

1.1.7 LED TV monitor (1)

- Diagonal screen size: min. 48'' / (121 cm)- Display: LED Full HD- Panel resolution: min. 1920x1080p- Aspect ratio: 16:9- Brightness: 350 cd/m²- Sound Output power (RMS): 20W- Connectivity: min. 3x HDMI 1.4, min.1x USB 3.0,- Deliver for to the device wall mount

1.1.8 SSD

1.1.9 Solid state disc

1.1.10 video recorder (1)

- SDI Video Input: 1 x 10-bit SD/HD/3G-SDI switchable- SDI Video Output: 2 x 10-bit SD/HD/3G-SDI switchable- 1 x 10-bit SD/HD/3G-SDI switchable Loop Output- 1 x 10-bit SD/HD/3G-SDI switchable Monitor Output- HDMI Video Input: 1 x HDMI type A connector- HDMI Video Output: 1 x HDMI type A connector- SDI Audio Input: 16 channels embedded in SD and HD in

QuickTime files- 2 channels in Avid DNxHD MXF files

Request for Quotation (RFQ) No. JP-2017-02 Page 21 of 30

Page 22: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

- SDI Audio Output: 16 channels embedded in SD and HD in QuickTime files

- 2 channels in Avid DNxHD MXF files- HDMI Audio Input: 8 channels embedded in SD and HD in

QuickTime files- 2 channels in Avid DNxHD MXF files- HDMI Audio Output: 2 channels in Avid DNxHD MXF files- Media: 2 x SSD for SD and HD recording- Media Type: SATA-II or SATA-III solid state disc- Media Format: Can format discs to ExFAT (Windows/Mac) or

HFS+ (Mac) file systems- External Control:RS-422 deck control, SDI start/stop, timecode

run- Built-in Control Panel:12 buttons for transport and menu control- Front panel configurable or USB 2.0 high speed interface- 1 x type B USB 2.0 port for initial setup, control and software

updates- SD Video Standards:525i59.94 NTSC, 625i50 PAL- HD Video Standards:720p50, 720p59.94, 720p60,1080p23.98,

1080p24, 1080p25, 1080p29.97, 1080p30,1080PsF23.98, 1080PsF24, 1080PsF25, 1080PsF29.97, 1080PsF30,1080i50, 1080i59.94, 1080i60

- SDI Compliance: SMPTE 259M, SMPTE 292M- SDI Metadata Support: HD RP188 and closed captioning.- Audio Sampling: sample rate of 48 kHz and 24-bit- Video Sampling: 4:2:2- Color Precision: 10-bit- SDI Rates: 270Mb, 1.5G-SDI, 3G-SDI- Codec Support: Uncompressed QuickTime, Apple ProRes 422 HQ

QuickTime, ProRes 422 QuickTime, ProRes 422 LT QuickTime, ProRes 422 Proxy QuickTime, Avid DNxHD QuickTime, Avid DNxHD MXF up to 1080i60

- Display: Built-in 2.2" color LCD for video, audio and timecode monitoring and menu settings

- Operating Systems: Mac OS X 10.10 Yosemite, Mac OS X 10.11 El Capitan or later, Windows 8.1 or Windows 10

- Deliver to the device: 2 x SSD disc, 512 GB ,2.5“, SATA 3, MLC, speed reading 550 MB/s, write speed 520 MB/s.

Request for Quotation (RFQ) No. JP-2017-02 Page 22 of 30

Page 23: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

1.1.11 HDMI to SDI video signal converter (1)

- SDI Video Output- Automatically matches the SD, HD and3G-SDI HDMI video input- Analog Audio: 2 channels of professional balanced analog audio

with standard 1/4-inch jack connections- AES/EBU Digital Audio: 2 channels of professional balanced digital

with standard 1/4-inch jack connections- HDMI: HDMI type A in- Multi Rate Support: Auto detection of SD, HD or 3G-SDI.- Updates and Configuration: USB- Re-clocking- SD Format Support: 525/23.98 NTSC, 525/29.97 NTSC. 625/25

PAL- HD Format Support: 720p50, 720p59.94, 720p60, 1080i50,

1080i59.94, 1080i60, 1080PsF23.98, 1080PsF24, 1080PsF25, 1080PsF29.97, 1080PsF30, 1080p23.98, 1080p24, 1080p25, 1080p29.97, 1080p30, 1080p50, 1080p59.94, 1080p60

- SDI Compliance: SMPTE 292M, SMPTE 259M, SMPTE 296M, SMPTE 372M, SMPTE 424M-B, SMPTE 425M, ITU-R BT.656 and ITU-R BT.601

- SDI Video Rates: SDI video connections are switchable between SD, HD, 3G-SDI

- SDI Video Sampling: 4:2:2- SDI Audio Sampling: sample rate of48 kHz and 24 bit- SDI Color Precision: 4:2:2- SDI Color Space: YUV- SDI Auto Switching: Automatically detects SD, HD or3G-SDI- HDMI Format Support: 625/25 PAL, 525/23.98 NTSC, 525/29.97

NTSC, 720p50, 720p59.94, 720p60, 1080i50, 1080i59.94, 1080i60, 1080p23.98, 1080p24, 1080p25, 1080p29.97, 1080p30, 1080p50, 1080p59.94, 1080p60, 2048 x 1080p23.98, 2048 x 1080p24, 2048 x 1080p25.

- HDMI Color Space: YUV, RGB- HDMI Color Precision: 4:2:2 and 4:4:4- Operating Systems: Mac OS X 10.10 Yosemite, Mac OS X 10.11 El

Capitan or later, Windows 8.1 or Windows 10

1.1.12 Earphones (1)

- Headphone type: closed-back- Max. Input Power: 200 mW- Audio frequency bandwidth:18 to 20000 Hz- Sensitivity headphones:115 dB SPL/V- Rated Impedance: 32 Ohms- Cable Length: min. 2,0 m- Connector: jack 3.5 mm with adapter 6.3 mm

1.1.13 Audio recording software (1)

- Recording to minimum two audio traks- Read after write- playback of the recording- Recording formats: Mp3, WAV- Export session to CD-R /DVD-R- App for Win.10 professional

1.1.14 Workstation (for typist) (1)

- Intel Core i3-4170 (3.70GHz/3MBCache),- RAM: 8GB (1x8GB) PC3-12800 DDR3.- HDD: 500GB/7.200 rpm,- DVD/RW- ATI RADEON EAH5450 1GB,

Request for Quotation (RFQ) No. JP-2017-02 Page 23 of 30

Page 24: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

- USB optical mouse, USB keyboard- Windows 10 Professional,- Office Home and Business edition 2016

Request for Quotation (RFQ) No. JP-2017-02 Page 24 of 30

Page 25: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

1.1.15 Network video recorder (1)

- IP video input: min. 4-ch- Two-way audio input: 1-ch, RCA (2.0 Vp-p, 1kΩ)

Network

- Incoming bandwidth: 40Mbps- Outgoing bandwidth: 80Mbps- Remote connection: 128

Video output

- HDMI- VGA- Output resolution :1920 × 1080P /60Hz, 1600 × 1200/60Hz, 1280

× 1024 /60Hz, 1280 × 720 /60Hz,1024 × 768 /60Hz- Recording resolution: 6MP/5MP/3MP/1080P/UXGA/720P/

VGA/4CIF/DCIF/2CIF/CIF/QCIF

- Audio output: 1-ch, RCA (Linear, 1kΩ)- Synchronous playback: 4-ch

Decoding

- Live view / Playback: 6MP/5MP/3MP/1080P/UXGA/720P/VGA/4CIF/DCIF/2CIF/CIF/QCIF

- Capability: 4-ch@1080PExternal Interface

- Network Interface: 1RJ-45 10/100/1000Mbps self-adaptive Ethernet interface

- USB Interface: 1 × USB 2.0 and 1 × USB 3.0- Alarm In: 4-ch- Alarm Out: 1-ch- POE Interface: 4 independent 100 Mbps PoE network interfaces

max. power: 50WHard Disk

- SATA: 1 SATA interface for 1 HDD- Capacity: Up to 4TB for each disk- Deliver to the device: 1x HDD capacity 1TB

1.1.16 IP cube camera (4)- Type: Cube color camera- Image sensor:1/2.8" Progressive Scan CMOS- Min. illumination: 0.01Lux @ (F1.2, AGC ON), 0 Lux with IR- Shutter time:1/3 s to 1/100,000 s- Lens: 2.8 mm, horizontal field of view 105.8°

[2.0 mm (126°), 4 mm (83°), optional]

- Lens mount: M12- Day& Night: IR cut filter with auto switch- Wide dynamic range: Digital WDR- Digital noise reduction:3D DNR- Video compression: H.264/MJPEG/H.264+- H.264 code profile: BaseLine Profile/Main Profile- Video bit rate: 32Kbps~8Mbps

Request for Quotation (RFQ) No. JP-2017-02 Page 25 of 30

Page 26: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

- Audio compression: G.711/G.722.1/G.726/MP2L2- Audio bit rate: G.711/G.722.1/G.726/MP2L2- Dual Stream- Max. Image resolution: 2688 × 1520- Frame rate: 50Hz: 20fps (2688 × 1520), 25fps

(1920 × 1080, 1280×720)60Hz, 20fps (2688 × 1520), 30fps (1920 × 1080, 1280×720)

- Image settings: Rotate Mode, Saturation, Brightness, Contrast, Sharpness

- Day/Night Switch: Support auto, scheduled, and triggered by alarm input

- Network Storage: Micro SD/SDHC/SDXC card- Alarm trigger: Intrusion detection, Defocus detection, Motion

detection, Face detection, line crossing detection,Dynamic analysis, Tampering alarm, Network disconnect, IP address conflict, Storage exception

- Protocols: TCP/IP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UPnP, SMTP, SNMP, IGMP, 802.1X, QoS, IPv6

- Security: One-key reset, flash-prevention, dual streams, heartbeat, mirror, password protection, privacy mask, Watermark, IP address filtering, Anonymous access

- System Compatibility: ONVIF (Profile S, Profile G), PSIA, CGI, ISAPI- Audio: Internal Microphone and Speaker- Communication interface:1 RJ45 10M / 100M Ethernet interface- Alarm Input- Alarm Output- On-board storage: Built-in Micro SD/SDHC/SDXC slot, up to 128

GB- Reset Button

Request for Quotation (RFQ) No. JP-2017-02 Page 26 of 30

Page 27: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

1.1.17 HDMI

1.1.18 Switcher (1)

- Inputs: min. 4 x HDMI- Outputs: min.1 x HDMI- Resolution: 480i, 480p, 576i, 576p, 720p@50/60Hz,

1080i@50/60Hz, 1080p@24/50/60Hz- Colorspace: RGB, YCbCr 4:4:4, YCbCr 4:2:2 (8-bit only), xvYCC- Color depth: 8-bit, 10-bit, 12-bit- Audio formats: PCM 2Ch, LPCM 5.1, LPCM 7.1, Dolby Digital, DTS

5.1, Dolby Digital+, Dolby TrueHD, DTS-HD Master audio- S/PDIF audio formats: PCM 2Ch, Dolby Digital, DTS 5.1- Sample Rate: 32kHz, 44.1kHz, 48kHz, 88.2kHz, 96kHz,

176.4kHz, 192kHz- HDMI: cable distance max. 15 meters- Signal bandwidth: 6.75 Gbps- HDCP- RJ45 Ethernet: 100 Mbps

1.1.19 Rack (1)

- Rack 19” high 16U- Material housing: metal- Color: black- Door in front side

1.1.20 System implementation (1)

Cables and connectors for the delivered equipment, assembly(fitting), adjustments, launch and short education for equipment operators.

Request for Quotation (RFQ) No. JP-2017-02 Page 27 of 30

Page 28: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Attachment B: Quotation Cover Letter (On Company Letterhead)

<Insert date>

USAID Justice Project in BiHGrbavička 4/V71000 Sarajevo

Ladies and Gentlemen:

We, the undersigned, provide the attached proposal in response to Request for Quotation (RFQ) No. JP-2017-02 in accordance with your Request for Proposals dated January 19, 2017. Our attached quotation is for the total price <Sum in Words (KM 0.00 Sum in Figures) >.

We certify a validity period of 90 days for the price above. Our proposal shall be binding upon us subject to the modifications resulting from any discussions.

We understand that JP is not bound to accept any proposal it receives in response the above-referenced RFQ.

Yours sincerely,

Authorized Signature: Name and Title of Signatory: Name of Firm/Individual: Address: Telephone: Email:

Company Seal/Stamp:

Request for Quotation (RFQ) No. JP-2017-02 Page 28 of 30

Page 29: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Attachment C: Representations and Certifications of Compliance1. US Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or determined ineligible for

an award of a contract by any Federal agency.

2. Executive Compensation Certification- FAR 52.204-10 requires Millennium DPI Partners, as prime contractor of U.S. federal government contracts, to report compensation levels of the five most highly compensated subcontractor executives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS)

3. Executive Order on Terrorism Financing - The Contractor is reminded that U.S. Executive Orders and U.S. law prohibit transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with these Executive Orders and laws. Recipients may not engage with, or provide resources or support to, individuals and organizations associated with terrorism. No support or resources may be provided to individuals or entities that appear on the Specially Designated Nationals and Blocked persons List maintained by the US Treasury (online at www.SAM.gov) or the United Nations Security Designation List (online at: http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml). This provision must be included in all subcontracts/sub awards issued under this Contract.

4. Trafficking of Persons – The Contractor may not traffic in persons (as defined in the Protocol to Prevent, Suppress, and Punish Trafficking of persons, especially Women and Children, supplementing the UN Convention against Transnational Organized Crime), procure commercial sex, and use forced labor during the period of this award.

5. Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions – The Bidder certifies that it currently is and will remain in compliance with FAR 52.203-11.

6. Organizational Conflict of Interest – The Bidder certifies that will comply FAR Part 9.5, Organizational Conflict of Interest. The Bidder certifies that is not aware of any information bearing on the existence of any potential organizational conflict of interest. The Bidder further certifies that if the Bidder becomes aware of information bearing on whether a potential conflict may exist, that Bidder shall immediately provide JP with a disclosure statement describing this information.

7. Business Size and Classification(s) – The Bidder certifies that is has accurately and completely identified its business size and classification(s) herein in accordance with the definitions and requirements set forth in FAR Part 19, Small Business Programs.

8. Prohibition of Segregated Facilities - The Bidder certifies that it is compliant with FAR 52.222-21, Prohibition of Segregated Facilities.

9. Equal Opportunity – The Bidder certifies that it does not discriminate against any employee or applicant for employment because of age, sex, religion, handicap, race, creed, color or national origin.

10. Labor Laws – The Bidder certifies that it is in compliance with all labor laws.

11. Federal Acquisition Regulation (FAR) – The Bidder certifies that it is familiar with the Federal Acquisition Regulation (FAR) and is in not in violation of any certifications required in the applicable clauses of the FAR, including but not limited to certifications regarding lobbying, kickbacks, equal employment opportunity, affirmation action, and payments to influence Federal transactions. The relevant flow down FAR Clauses and UAID AIDAR clauses from the USAID Millennium DPI prime contract will be included in the subcontract with the awardee.

12. Employee Compliance – The Bidder warrants that it will require all employees, entities and individuals providing services in connection with the performance of a JP purchase order to comply with the provisions of the resulting Purchase Order and with all Federal, State, and local laws and regulations in connection with the work associated therein.

By submitting a proposal, offerors agree to fully comply with the terms and conditions above and all applicable U.S. federal government clauses included herein, and will be asked to sign these Representations and Certifications upon award.

Request for Quotation (RFQ) No. JP-2017-02 Page 29 of 30

Page 30: IT and Audio-Video Equipment Fixed-Price Subcontractusaidjp.ba/assets/files/publication/1484749938-tender.docx · Web viewAt least 19" 16:9 LCD LED Monitor by the same manufacturer

Attachment D: QUOTATION CHECKLIST

This checklist will help vendors confirm that they have included all items requested in the proposal

(Please check all that apply and include this page with your e-mailed/hard-copy submission of the proposal)

Request for Quotation – Request for Quotation (RFQ) No. JP-2017-02

Offeror: __________________________________________________________________________

Does your proposal include the following?

Cover Letter, completed & signed (use template in Attachment B)

Priced Bill of Quantities or cost proposal

Tax registration certificate

Three references from within the past three years who purchased the same/similar service (provide the full name, title, organization, phone number, and e-mail address for each reference, as well as the value of the related contract)

Balance sheet and income statement for 2015

Certificate of firm’s legal representative including name and ID number

Request for Quotation (RFQ) No. JP-2017-02 Page 30 of 30