AN ENERGY EFFICIENT PREFABRICATED COLD …€¦ · RFP-PSM-ZMB-CR-001 Page 1 of 49 ... a Gantt...

49
Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001 Page 1 of 49 Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 1 Request for Proposals (RFP) AN ENERGY EFFICIENT PREFABRICATED COLD ROOM AND FREEZER FOR THE STORAGE OF PHARMACEUTICAL GRADE PRODUCT, MATERIALS HANDLING EQUIPMENT (MHE), ASSOCIATED MECHANICAL, ELECTRICAL AND HVAC SYSTEMS, AND ONE SCISSOR-STYLE DOCK LEVELER IN AN EXISTING DISPATCH BAY AT THE LUSAKA CENTRAL WAREHOUSE IN LUSAKA, ZAMBIA. RFP Number: RFP-PSM-ZMB-CR-001 Description: RFP for an energy efficient prefabricated cold room and freezer for the storage of pharmaceutical grade product, MHE and associated mechanical, electrical and HVAC systems, and one scissor-style dock leveler in an existing dispatch bay at the Lusaka Central Warehouse in Lusaka, Zambia For: GHSC-PSM/Zambia Contracting Entity: Chemonics International, Inc. Funded by: United States Agency for International Development (USAID), Contract No. AID- OAA-I-15-00004; Task Order 01 Contract No. AID-OAA-TO-15-00007; Task Order 02 Contract No. AID-OAA- TO-15-00009; and Task Order 03 Contract No. AID-OAA-TO-15- 00010. Place of Performance: Lusaka Central Warehouse, Medical Store Ltd Mukwa Road, P.O. Box 30207 Industrial Area Lusaka, Zambia Release Date: December 18, 2017 RFP Issue: No. 1 Questions Due: January 8, 2018 Mandatory Site Visit and Offerors Conference: January 10, 2018 Proposals Due: January 19, 2018 Chemonics International Inc, (Chemonics) implementing the GHSC-PSM/Zambia, is soliciting proposals for the supply of services described herein. GHSC-PSM/Zambia is an official project

Transcript of AN ENERGY EFFICIENT PREFABRICATED COLD …€¦ · RFP-PSM-ZMB-CR-001 Page 1 of 49 ... a Gantt...

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 1 of 49

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

Request for Proposals (RFP)

AN ENERGY EFFICIENT PREFABRICATED COLD ROOM AND FREEZER FOR THE STORAGE OF PHARMACEUTICAL GRADE PRODUCT, MATERIALS HANDLING EQUIPMENT (MHE), ASSOCIATED MECHANICAL, ELECTRICAL AND HVAC SYSTEMS, AND ONE SCISSOR-STYLE DOCK LEVELER IN AN EXISTING DISPATCH BAY AT THE LUSAKA CENTRAL WAREHOUSE IN LUSAKA, ZAMBIA. RFP Number: RFP-PSM-ZMB-CR-001 Description: RFP for an energy efficient prefabricated cold room and freezer for

the storage of pharmaceutical grade product, MHE and associated mechanical, electrical and HVAC systems, and one scissor-style dock leveler in an existing dispatch bay at the Lusaka Central Warehouse in Lusaka, Zambia

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

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

Place of Performance: Lusaka Central Warehouse, Medical Store Ltd Mukwa Road, P.O. Box 30207 Industrial Area Lusaka, Zambia Release Date: December 18, 2017 RFP Issue: No. 1 Questions Due: January 8, 2018 Mandatory Site Visit and Offerors Conference: January 10, 2018 Proposals Due: January 19, 2018 Chemonics International Inc, (Chemonics) implementing the GHSC-PSM/Zambia, is soliciting proposals for the supply of services described herein. GHSC-PSM/Zambia is an official project

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 2 of 49

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

of the United States Agency for International Development (USAID) under Contract No. AID- OAA-I-15-00004; Task Order 01 Contract No. AID-OAA-TO-15-00007; Task Order 02 Contract No. AID-OAA-TO-15-00009; and Task Order 03 Contract No. AID-OAA-TO-15-00010. Please submit your proposal for the services described herein in accordance with the instructions to Offerors and terms and conditions of this RFP.

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 3 of 49

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

This RFP includes the following sections and attachments:

1. INSTRUCTIONS TO OFFERORS

2. SCOPE OF WORK

ATTACHMENT A LETTER OF TRANSMITTAL

ATTACHMENT B REQUIRED CERTIFICATIONS

ATTACHMENT C EXAMPLE BANK GUARANTEE FOR PERFORMANCE SECURITY

ATTACHMENT D DRAFT SCHEDULE OF VALUES

ATTACHMENT E FLOOR PLAN & STACKED PALLET STORAGE SYSTEM LAYOUT

ATTACHMENT F GENERATOR LOCATION PLAN

ATTACHMENT G SCISSORS LIFT PIT FRAME DRAWING

ATTACHMENT H WORKSPACE LIMITS FOR OFFERORS

ATTACHMENT I TECHNICAL REQUIREMENTS

ATTACHMENT J AS BUILT DRAWINGS (a separate link will be provided in the RFP)

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 4 of 49

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

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 5 of 49

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

SECTION 1: INSTRUCTIONS TO OFFERORS 1.1 Introduction Chemonics International as Prime Contractor for the GHSC-PSM/Zambia requests proposal for: An energy efficient prefabricated cold room and freezer for the storage of pharmaceutical grade product, MHE and associated mechanical, electrical and HVAC systems, and one scissor-style dock leveler in an existing dispatch bay at the Lusaka Central Warehouse in Lusaka, Zambia

1.2. Offer Deadline

Offers must be received in hard and soft copy no later than 17:00 local time on January 19, 2018 at the following address:

Hard Copies :

Chemonics International Inc. Plot 2473, 1st Floor Metropolitan House Off Kelvin Siwale Road Mass Media Lusaka, Zambia Attention: Luckson Sichamba

Soft Copies :

[email protected]

The RFP number must be included on the front of the envelope for the hard copy submission and in the subject line of your email for the electronic submission. Late offers will be considered at the discretion of the Chemonics evaluation committee. 1.3 Protocol for Submission of Offers and Required Documents Offerors are responsible for ensuring that their offers are received in accordance with the instructions stated herein. All offers must be prepared in English. Any resultant subcontract will be issued in English and the English language will govern. All proposals must be submitted in two volumes, consisting of:

Volume 1: Technical Volume (See Section 1.6)

Volume 2: Cost Volume (see Section 1.7) These volumes must be submitted in separate, sealed envelopes. Three (3) hard copies—one original and two copies—of each volume must be included in each envelope. Offerors are also required to submit one (1) electronic version of each volume on a CD-ROM. Each envelope must be clearly marked with the RFP number RFP-ZMB-CR-001, the complete legal name and contact information of the offeror’s organization, and the delivery address found below.

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 6 of 49

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

Upon delivery, applicants will be issued a stamped receipt confirming timely submission. Each offeror may submit only one proposal, either individually or as a partner in a joint venture. An offeror who submits or participates in more than one proposal shall cause all the proposals with that offeror’s participation to be disqualified. 1.4 Questions and Clarifications All questions and/or clarifications regarding this RFP must be submitted via email to [email protected] no later than 17:00 local Lusaka time on January 19, 2018. All correspondence and/or inquiries regarding this solicitation must reference the RFP number in the subject line. No phone calls or in-person inquiries will be entertained; all questions and inquiries must be in writing. Questions and requests for clarification and the responses thereto that Chemonics believes may be of interest to other offerors will be circulated to all RFP recipients who have indicated an interest in bidding. Only the written answers will be considered official and carry weight in the RFP process and subsequent evaluation. Any verbal information received from a Chemonics or GHSC-PSM/Zambia employee or other entity shall not be considered as an official response to any questions regarding this RFP. 1.5 Mandatory Site Visit and Bidder’s Conference In order to provide offerors an opportunity to raise questions and to learn more about the site and the scope of work described herein. A mandatory site visit and bidder’s conference to familiarize bidders with the place of performance will be held at the Lusaka Central Warehouse, Medical Store Ltd, Mukwa Road, Industrial Area, Lusaka, Zambia on January 10, 2018 at 9:00 hours, local Lusaka, Zambia time. The site visit is mandatory, and Chemonics will accept proposals in response to this RFP only from those offerors who attend the site visit. Please confirm attendance via email to Barry Chovitz, [email protected], no later than 17:00 local Lusaka time on January 8, 2018. The RFP number must be included in the subject line of your email. This confirmation should include the full name and contact information of all participants. Participation in the site visits and the bidder’s conference are the responsibility of the offerors. Chemonics will not reimburse offerors for any costs associated with the site visit.

1.6 Technical Volume The Technical Volume should describe in detail how the offeror intends to carry out the requirements specified for prefabricated materials, assembly and the services as described in the Scope of Work (SOW) found in Section 2. The technical volume should demonstrate a clear

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 7 of 49

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

understanding of the work to be undertaken and the responsibilities of all parties involved. The technical volume should be organized by the evaluation criteria listed in Section 1.14 and respond to all requirements in Section 1.14. The offeror should include details on personnel, equipment, and the Offeror’s subcontractors who will be used to carry out the required activities. The following documents must be included in the Technical Volume (failure to submit all of the following documents may result in disqualification from award):

Completed Letter of Transmittal (see Attachment A)

Completed Required Certifications (see Attachment B)

Project Methodology (see below)

Environmental Compliance plan (see below)

Design documents and technical specifications addressing all requirements in the RFP

Dimensioned structural, architectural, electrical and HVAC drawings of proposed cold room structure including connection detail of structural frame to floor

Cold room floor plan showing pallet racking system, aisles, fire egress doors/stairs

Draft Work Plan (see below)

CVs of Key Personnel (see below)

Information on Past Performance (see below)

Copy of official license of legal registration in Zambia Project Methodology and Technical Solution: Using the information contained in the SOW, the offeror should describe its approach for executing each phase (cold room design including connection to existing foundation & slab, design review, procurement, fabrication, and installation) of the project, in as much detail as necessary, for a successful outcome. The methodology and technical solution proposed by the offeror shall meet recognized international industry standards, all relevant Zambian design and building codes/regulations and be cost efficient while taking into consideration the project’s location and availability of materials and equipment. The methodology section should also include an outline of the Offeror’s approach to Quality Control and Quality Assurance (with description of testing and inspections), Security Plan, Safety Plan as well as compliance with the USAID/Zambia Environmental Regulations. The methodology section shall include a detailed schedule demonstrating that all works described in this RFP shall be complete and accepted by Chemonics by April 2nd 2018. 1.7 Design Documents and Technical Specifications The offeror is directed to Section 2 Scope of Work of this RFP and the relevant Attachments for design documents and specifications Environmental Compliance: The offeror must provide an environmental implementation plan that complies with the provisions of the USAID-approved Environmental Mitigation & Monitoring Plan for the GHSC-PSM global project which can be obtained from the following link: https://www.dropbox.com/s/tx085e60e8ch4yp/GHSC_PSM_EMMP.pdf?dl=0. The Offeror’s environmental implementation plan shall include the following information.

Introduction o Project background o Description of product

Implementation strategy o Installation specification

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 8 of 49

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

Narrative including the following

Delivery of product

Product installation procedures

Product commissioning and handover Solid waste

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

Waste –water mitigation

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

o Implementation mitigation and monitoring plan A table that includes: activity, potential impact, mitigation measure,

responsible, monitoring indicators, frequency of monitoring, monitoring method

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

measure, responsible, timing, monitoring method)

Personnel training o Narrative including the following:

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

Annex: o Country operating licenses

Transport Electric Water and sewage / plumbing Waste disposal Insurance

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

Draft Work Plan: The draft work plan for the proposed services shall be submitted in the form of a Gantt chart and shall provide a step by step process for executing every phase of the work in the most efficient manner. All work described in this RFP must be completed and accepted by Chemonics by April 2, 2018. Key Personnel: The offeror should demonstrate that professional staff with extensive experience is available to oversee and carry out the scope of work. The professional staff deemed as Key Personnel shall be fully available throughout the duration of the subcontract and shall not be replaced without prior written consent of Chemonics.

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 9 of 49

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

The Technical Volume should include CVs for the following required key personnel: Project Manager, Certified Professional Engineers – structural design, HVAC, refrigeration & electrical, and Quality Assurance Specialist. The Technical Volume should also include an organizational chart with the roles and availability of each proposed staff for this project. It is expected the awardee would work with local Zambian professionals and certified engineers to ensure consistency with applicable local regulations. Past Performance: The Technical Volume should include information on past performance, briefly describing at least one (1) recent contract of similar scope and duration. It is not the intent of this RFP to solicit an overly long response but it is important that the Offeror’s experience/expertise be adequately described. The information supplied must include the legal name and address of the organization for which services were performed, a description of the work performed, the duration of the work and size (in USD) of the contracts, a description of problems encountered in the performance of the work and actions taken to resolve them, and the contact information (current telephone number and email address) of a responsible representative of the contracting organization. Chemonics may use this information to contact representatives on prior contracts to obtain feedback on performance. Failure to submit complete and accurate information regarding previous similar or related contracts or subcontracts is grounds for disqualification from award. Any offer not including this information will be accepted at the discretion of the evaluation committee. There is a 20 page limit to the Technical Volume. This page limit does not include the following documents:

Completed Letter of Transmittal (see Attachment A)

Completed Required Certifications (see Attachment B)

Environmental Compliance Plan

CVs of key personnel

Draft work plan

Sketches, catalogue cut sheets and/or drawings

1.8 Cost Volume The Cost Volume is used to establish the best value among proposals and serves as a basis of negotiation for the signing of the subcontract. The Cost Volume must include a detailed budget as well as a budget narrative which explains the basis for the estimate of each budget element. Supporting information should be provided in sufficient detail to allow a complete analysis of each cost element. The Cost Volume shall also include the costs for any materials, survey, and testing and analysis required to complete the development of the design documents. Any taxes or fees are not to be added later. Offers must show level of effort, materials, quantities, and total price. All items, services, etc. must be clearly labeled and included in the total price. Quotations must be a firm fixed-price, expressed in USD. All offerors shall use the attached Schedule of Values (Attachment D) with itemized cost detail supporting schedules as the basis for the preparation of the detailed budget. The completed Schedule of Values and supporting schedules shall be submitted with the Cost Volume. The anticipated contract type for this procurement will be a firm fixed-priced subcontract. Please note that the inclusion of separate line items for any indirect costs or fee will not be

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 10 of 49

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

permitted. As such, it is expected that each offeror will provide comprehensive total values for each component inclusive of any/all indirects and fees.

1.9 Performance Guarantee Within 7 (seven) calendar days after execution of this subcontract, the successful offeror shall deliver to Chemonics a performance guarantee in the amount of 10% of the subcontract amount in the form of an official bank guarantee or a check. The bank guarantee or check shall be issued by a reputable bank licensed to do business in Zambia. The format of the bank guarantee shall be as indicated in Attachment C. This Guarantee shall be valid until a date 28 days from the date of issue of the Certificate of Substantial Completion. 1.10 Authorized USAID Geographic Code All goods and services offered under this order must meet USAID Geographic Code 935 (Special Free World) requirements detailed in the Code of Federal Regulations (CFR), 22 CFR §228 and the Automated Directives System (ADS), ADS Chapter 260. No items, items with components from, or related services may be offered from the following countries: Cuba, Iran, North Korea, and Syria. Related services include incidental services pertaining to any/all aspects of this subcontract (including transportation, fuel, lodging, meals, and communications expenses).

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

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

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 11 of 49

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

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

Proposed Methodology and Technical Solution 25 Points The offeror shall be evaluated on the overall understanding of the scope of work. Specifically, the offeror shall be evaluated on how realistic the proposed technical solution is in completing projects on schedule and meeting delivery guidelines. This technical solution shall integrate design methodology, procurement process, assembly methods, techniques, project scheduling, and project management to deliver the required scope of work with the highest construction quality. Special consideration shall be given to the offeror’s ingenuity, creativity, and use of sound engineering principles in achieving long term energy efficiency through its selection of proposed materials and equipment solutions. The offeror’s proposal shall include a draft work plan providing a step by step process for executing every phase of the work in the most efficient manner.

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

Key Personnel 20 Points The offeror’s key personnel shall be evaluated on the experience of the team members with similar projects. In particular, special consideration will be given to a well experienced project manager and quality assurance specialist.

Past Performance and Experience 20 Points The offeror shall be evaluated on the experience the firm has with related projects of similar scope and size. In particular, special consideration shall be given to firms having

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 12 of 49

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

executed such projects in Zambia or nearby countries. The references listed by the offeror shall be contacted to complete a survey.

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

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

1.14 Terms and Conditions of Subcontract Issuance of this solicitation does not in any way obligate Chemonics to award a subcontract, nor does it commit Chemonics to pay for costs incurred in the preparation and submission of a proposal. This solicitation is subject to the Fixed-Price Subcontract Terms and Conditions detailed in Section 3. Any resultant award will be governed by these terms and conditions. Chemonics reserves the right to make minor revisions to the content, order, and numbering of the provisions in the actual subcontract document to be executed by Chemonics and the selected awardee.

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 13 of 49

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

SECTION 2: SCOPE OF WORK A. OBJECTIVE The intent of this document is to provide interested offerors with sufficient information to enable them to prepare and submit a proposal for:

a) A pre-fabricated, cold room and freezer of approximately 587m2 for the storage of pharmaceutical grade product, chillers, stacked pallet racking system for the storage of around 687 fully loaded EURO1 pallets, and other associated works described herein; and,

b) One scissors-style dock leveler in an existing dispatch dock adjacent to, and unrelated to, the proposed cold room.

The requested cold room and freezer must be designed for the storage of pharmaceuticals including vaccines, which will be in palletized cartons, and placed on stacked racking. The beneficiary of this support is the Government of Zambia, Medical Stores Limited (MSL), an autonomous government agency responsible for health commodity supply chain functions in Zambia. This solicitation will create sufficient cold room space in the Lusaka Central warehouse to improve the movement, storage and transshipping of pharmaceutical grade products from the Lusaka Central warehouse to regional warehouse hubs throughout Zambia. The floor plan showing the proposed cold room and racking system layout is shown in Attachment E. A.1 SCOPE OF WORK

The work to be performed under this subcontract shall consist of the following: providing all tools, equipment, materials, supplies, and manufactured articles; furnishing all labor, transportation, engineering, design and services, including testing, shipping, fuel, power, water, and essential communications; and performing all work or other operations required for the fulfillment of the subcontract. The work shall be complete, and all work, materials, and services not expressly indicated or called for in the Scope of Work which may be necessary for the proper design and completion of the work in good faith shall be provided by the Offeror. The Offeror shall be responsible for ensuring the procurement, shipping, customs clearance, assembly, and all associated works to complete the works described herein at the Lusaka Central warehouse in Lusaka, Zambia.

The works to be performed include the following:

Implementation Plan The Offeror shall be responsible for the development of a detailed Implementation Plan for provision of the prefabricated cold room, freezer and other works described herein. At a minimum, the Implementation Plan shall include criteria for review of the design documents, a stakeholder coordination plan, a listing of the available records reviewed, the finalized progress and work schedule, a description of the means and methods to be employed for a successful delivery, identification of the required local and central level government permits, schedule of any tests to be performed during assembly and name of the company(ies) that will perform the testing, a listing of all proposed activities with their

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 14 of 49

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

anticipated duration and the names of responsible personnel, site staging plan, site safety plan, quality control and assurance plan, as well as the proposed suppliers to be retained by the Offeror.

Preparation of Detailed Design Documents for the Cold Room Structure, Chillers and associated works Attachment E shows the concept floor plan and racking system layout prepared by MSL. The selected Offeror shall prepare a detailed design of the cold room structure, connections of structural frame to the existing concrete platform, chillers, doors details, electrical, and HVAC/refrigeration installations. The Offeror shall submit detailed drawings and manufacturer specifications of all equipment and stacked pallet storage systems for GHSC-PSM review/approval. As part of the detailed design process and prior to starting assembly of prefabricated materials, the Offeror shall confirm the site measurements and identify any changes in the site conditions shown in Attachments E and F

Detailed design shall include a standby generator, which shall only service the cold room and freezer. Attachment F shows the installation location of the generator. MSL will install a special dedicated and energized distribution box (DB) for the cold-room and the cabling from the DB to the location of the generator and to the point where the generator control switch panel will be installed by the Offeror. The generator control switch panel shall be located next to the D.B. for the cold room. Offerors should allow for the generator control switch panel and gear and the cold-room / freezer control panel. At the site visit Offerors should pay particular attention to the locations of all electrical installations relevant for connection to the cold room and possible locations for the chillers. Condensers shall be located on the roof so as not to have heat generated in the warehouse. As built drawings are provided showing the roof plan and sections to guide Offerors on possible locations for the installation of chillers.

Location of the DB for the cold room and freezer room is shown in Attachment F

The detailed design prepared by the Offeror shall comply with the latest requirements of the relevant Zambian building and electric codes, and the International Building Code for similar constructions.

The detailed design shall include a separate section containing the manufacturer’s specifications on the scissor style dock leveler and installation details. Refer to Attachment G for additional information on the scissors lift pit frame.

Refer to Attachment H. Technical Requirements for additional provisions regarding the design. Kick-Off Meeting The Offeror shall participate in a kick-off meeting and site visit with GHSC-PSM, MOH and MSL representatives following the acceptance of the detailed design by GHSC-PSM. The purpose of the kick-off meeting is to introduce the Offeror to other partners, review the Implementation Plan, detailed designs and equipment selections, required testing/certifications and final configuration of cold room and freezer pallet storage.

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 15 of 49

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

Site and Prefabricated Assembly The Lusaka Central Warehouse site is controlled by and operates under the security protocols established by MSL. The Offeror shall comply with all security requirements and protocols established by MSL. Mobilization of the Offeror shall not occur until GHSC-PSM has issued written authorization to do so. All assembly shall be as per the GHSC-PSM approved detailed design documents, unless modified by GHSC-PSM in writing. Part of assembly completion includes the patching and repair of all existing items disturbed by the Offeror during the installation of the general site. The Offeror shall be responsible for the disposal of all waste material generated by the Offeror’s activities during the assembly period. The Offeror shall also be responsible for all cleaning and site maintenance activities, including the maintenance of all erosion control measures, during the installation phase and for final cleanup. The Offeror shall be responsible for cleaning up the worksite following each workday.

The Offeror shall be responsible for making arrangements for the provision of electric power required to implementation contract works.

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

Installation of Mechanical and Electrical Components

The Offeror shall be responsible for procuring and/or fabricating all required components for the cold room and other works described herein as well as all necessary appurtenances for a complete assembly. The Offeror shall be responsible for all permit fees, procurement, shipping, and storage, as required. Delays in procurement, fabrication, and/or shipping shall be the responsibility of the Offeror.

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

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

A.2 ILLUSTRATIVE DELIVERABLES

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 16 of 49

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

Deliverable 1: Mobilization and Implementation Plan The Offeror shall develop and deliver a detailed Implementation Plan for review and approval by GHSC-PSM/Zambia prior to the start of work. The Implementation Plan shall include all the elements identified in Section A.1 of the Scope of Work. The Offeror shall submit the Implementation Plan in electronic (USB) and hard (3 sets – paper) format to GHSC-PSM/Zambia for review and approval. In the event that GHSC-PSM/Zambia finds deficiency with the Implementation Plan, the Offeror shall revise and resubmit until approval is obtained. Deliverable 2: Preparation of Detailed Final Design Documents Please refer to the scope of work described in Section A.1 of the Scope of Work. All design documents submittals shall be in electronic (compact disks) and hard (3 sets – 11”x17” paper) formats. Deliverable 2 will be deemed complete upon issuance of written approval by GHSC-PSM. Deliverable 3: Kick-off Meeting The Offeror shall participate in a kick-off meeting and site visit as described in Section A.1 of the Scope of Work. The Offeror shall summarize the comments generated during the meeting in a memorandum and incorporate them to the extent possible in the development of the design documents and the implementation for the project. The Offeror shall submit the memorandum in electronic (Microsoft Word) (USB) and hard (3 sets – paper) format to GHSC-PSM/Zambia for review and approval. Deliverable 4: Cold Room and Generator Assembly The Offeror shall furnish all labor, tools, materials, equipment for the work associated with the manufacture, transport and assembly of the cold room, freezer and associated works and installation of generator with all its associated works. All materials, equipment and fabricated components installed in the project shall be new and free of defects. The work includes all directly and indirectly associated works for the assembly of the cold room. All assembly shall be performed by qualified technicians. The work shall also include the patching and repair of all existing items disturbed by the Offeror under this phase. The Offeror shall be responsible for the disposal, at an approved location, of all waste materials generated by the Offeror’s activities during the assembly period. The Offeror shall be responsible for cleaning up the worksite following each workday. Deliverable 5: Scissor-style Dock Leveler The Offeror shall furnish all labor, tools, materials, equipment for the work associated with the procurement, transport and installation of the scissor-style dock leveler and associated works. All materials, equipment and fabricated components installed in the project shall be new and free of defects. The work includes all directly and indirectly associated works for the installation of the dock leveler. All assembly shall be performed by qualified technicians. The work shall also include the patching and repair of all existing items disturbed by the Offeror under this phase. The Offeror shall be responsible for the disposal, at an approved location, of all waste materials generated by the Offeror’s activities during the assembly period. The Offeror shall be responsible for cleaning up the worksite following each workday.

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 17 of 49

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

Deliverable 6: Final Acceptance The Offeror shall submit a Final Report summarizing the work associated with the design, procurement and assembly of the prefabricated cold room, generator and scissors style dock leveler. The Final Report shall include a copy of the final design documents, record drawings, all weekly progress reports, weekly site meetings minutes, and weekly environmental monitoring checklists, environmental compliance, quality control measures employed to ensure quality materials and workmanship, operation and maintenance manual (O&M Manual) for all the installed systems. The Final Report shall also include a certification from the Offeror that the project was implemented as per the Design Documents and that the facilities are safe for the intended use. The Final Report shall be submitted upon the completion of cold room assembly and all related works, be in English and in Microsoft Word format and shall be a condition of Final Acceptance. During the implementation of the project, the Offeror shall maintain a set of the Final Design Documents upon which all field changes shall be noted. At the conclusion of the work, the Offeror shall develop record drawings to accurately reflect ‘as-built’ conditions of the work associated with this project. The record drawings shall be prepared and submitted on electronic (compact disks) and hard (3 sets – 11”x17” paper) formats. The record drawings must be delivered to GHSC-PSM/Zambia and found to be acceptable prior to final issuance of payment. Deliverable 7: Environmental Compliance, Weekly Progress Reporting and Final Report The Offeror shall be responsible for implementing and monitoring of the environmental compliance requirements noted in section A1.6 of the RFP in order to comply with USAID requirements for the GHSC-PSM/Zambia program. The work shall include the monitoring and preparation of the evaluation reports during all phases of the project. On a weekly basis, the Offeror shall submit the Progress Report, Site Meeting Minutes, Environmental Monitoring Checklist (Section A.1 Phase 6) and all associated test and inspection requests/results. The submission and receipt of GHSC-PSM approval of the Final Report is a condition of final acceptance.

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 18 of 49

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

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

To:

Chemonics International Inc. USAID/GHSC-PSM Office Plot 2473, 1st Floor Metropolitan House Off Kelvin Siwale Road Mass Media Lusaka, Zambia Attention : Luckson Sichamba

RE: Letter of Transmittal, RFP No. RFP-PSM-ZMB-CR-001 (insert name of company) hereby proposes the attached offer to perform all work required for the energy efficient prefabricated cold room and freezer for the storage of pharmaceutical grade product, MHE and associated mechanical, electrical and HVAC systems, and one scissor-style dock leveler. Please find attached our detailed Technical Volume (including past performance information and required certifications) and Cost Volume, as called for in the RFP. We hereby acknowledge and agree to all of the terms and conditions, special provisions, addenda, and instructions included in the above referenced RFP. We confirm receipt of Addenda (list Addenda). We further certify that (insert name of company) , as a firm—as well as the firm’s principal officers and all commodities and services offered in response to this RFP—are eligible to participate in this procurement under the terms and conditions of this solicitation and under USAID regulations. We hereby certify that the enclosed representations, certifications, and other statements are accurate, current, and complete. __________________________________ Company Name ___________________________________ Name and title of authorized representative ___________________________________ Signature ___________________________________ Date

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 19 of 49

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

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

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

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

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

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

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

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

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

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 20 of 49

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

(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 _____________________

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 21 of 49

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

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

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

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

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 22 of 49

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

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

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

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

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

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

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

(e) Type of organization.

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 23 of 49

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

(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 _____________________

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 24 of 49

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

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

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

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

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

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

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

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

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 25 of 49

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

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

PRODUCTS, PER FAR 52.222-18 (FEB 2001)

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

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

(a) Definition.

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

(b) Listed end products. The following end product(s) being acquired under this solicitation is (are) included in the List of Products Requiring Offeror 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 _____________________

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 26 of 49

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

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

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

Product Countries

Bamboo Burma

Beans (green, soy, yellow) Burma

Brazil Nuts/Chestnuts Bolivia

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

Carpets Nepal, Pakistan

Cassiterite Democratic Republic of Congo

Coal Pakistan

Coca (stimulant plant) Colombia

Cocoa Cote d’Ivoire, Nigeria

Coffee Cote d’Ivoire

Coltan Democratic Republic of Congo

Cotton Benin, Burkina Faso, China, Tajikistan, Uzbekistan

Cottonseed (hybrid) India

Diamonds Sierra Leone

Electronics China

Embroidered Textiles (zari) India, Nepal

Garments Argentina, India, Thailand

Gold Burkina Faso

Granite Nigeria

Gravel (crushed stones) Nigeria

Pornography Russia

Rice Burma, India, Mali

Rubber Burma

Shrimp Thailand

Stones India, Nepal

Sugarcane Bolivia, Burma

Teak Burma

Textiles (hand-woven) Ethiopia

Tilapia (fish) Ghana

Tobacco Malawi

Toys China

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 27 of 49

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

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

1. Authorized Negotiators

The Company Name proposal in response to RFP No. RFP-PSM-ZMB-CR-001 may be discussed with any of the following individuals. These individuals are authorized to represent Company Name in negotiation of this offer in response to RFP No. RFP-PSM-ZMB-CR-001. List Names of Authorized signatories These individuals can be reached at Company Name office: Address Telephone/Fax Email address 2. Adequate Financial Resources

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

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

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

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

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

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

Not applicable to this RFP.

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 28 of 49

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

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 29 of 49

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

ATTACHMENT B-7: 52.222-50 OFFEROR CERTIFICATION REGARDING TRAFFICKING IN

PERSONS COMPLIANCE PLAN (MARCH 2, 2015) The Offeror/Offeror Certifies that:

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

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

detect, and terminate the contract with a Offeror engaging in prohibited activities identified at

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

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

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

a. An awareness program to inform Offeror employees about the Government’s policy

prohibiting trafficking-related activities, the activities prohibited, and the actions that will

be taken against the employee for violations.

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

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

employees the hotline phone number of the Global Human Trafficking Hotline at 1-844-

888-FREE and its email address at [email protected].

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

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

that wages meet applicable host-country legal requirements or explains any variance.

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

the housing meets host-country housing and safety standards.

e. Procedures to prevent agents and Offerors at any tier and at any dollar value from

engaging in trafficking in persons (including activities in paragraph (b) of this clause)

and to monitor, detect, and terminate any agents, subcontracts, or Offeror employees

that have engaged in such activities.

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

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

field or not in a fixed location) and on the Offeror’s/Offeror's Web site (if one is maintained). If

posting at the workplace or on the Web site is impracticable, the Offeror/Offeror shall provide

the relevant contents of the compliance plan to each worker in writing. The Offeror/Offeror

agrees to inform Chemonics immediately of any credible information it receives from any

source (including host country law enforcement) that alleges a contractor employee, Offeror,

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

(4) After having conducted due diligence, either—

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 30 of 49

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

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 31 of 49

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

ATTACHMENT C: EXAMPLE BANK GUARANTEE FOR PERFORMANCE SECURITY

To: Chemonics International Inc. USAID/GHSC-PSM Zambia 1717 H Street, NW Washington, DC

REF: Subcontract No. [subcontract number] Whereas [name of Offeror], [address of Offeror] (hereinafter called “the Offeror”) has undertaken, in pursuance of Subcontract No. [subcontract number] dated [date of subcontract] to execute [subcontract number], for provision of a PREFABRICATED COLD ROOM AND FREEZER FOR THE STORAGE OF PHARMACEUTICAL GRADE PRODUCT, MATERIALS HANDLING EQUIPMENT (MHE), ASSOCIATED MECHANICAL, ELECTRICAL AND HVAC

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

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 32 of 49

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

ATTACHMENT D: SCHEDULE OF VALUES

Item No. Description Unit Quantity Unit Cost in USD

Total

*Include categories

1 Mobilization & Implementation Plan

2 Detailed Cold Room Design

3 Kick-off MTG

4 Cold Room Assembly

5 Scissor-style dock leveler

6 Final Acceptance

7 Reporting/MTGS *Designs are included as PDF attachment to the RFP.

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 33 of 49

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

ATTACHMENT E: FLOOR PLAN & STACKED PALLET STORAGE SYSTEM LAYOUT

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 34 of 49

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

ATTACHMENT F: GENERATOR LOCATION PLAN

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 35 of 49

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

ATTACHMENT G: SCISSORS LIFT PIT FRAME DRAWING

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 36 of 49

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

ATTACHMENT H: WORKSPACE LIMITS FOR OFFERORS

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 37 of 49

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

ATTACHMENT I: TECHNICAL REQUIREMENTS

I.1 COLD ROOM

I.1.1 General Design Requirements The Floor Plan shown in Attachment E is a concept plan and is illustrative only. The plan does not show structural elements. The detailed design prepared by the Offeror shall show all structural elements and demonstrate how the stacked pallet system layout is impacted by the structural elements. Other required criteria that Offerors shall include in their Offers are as follows: I.1.1.1 Cold Room Structure

1. The work space area for the cold room installation is as indicated in Attachment H. This area will have to be fenced off by the offeror firstly for safety and secondly as not to disturb normal operations in the manifesting and dispatch areas.

2. The rear and east walls of the cold-room are adjacent to ongoing working areas used by MSL. In order not to disrupt MSL operations in those areas, all erection of frame and wall/roof panels on these two walls shall be done during off office hours (17.00 – 22.00 hrs). Offerors shall include the costs for this work in their cost proposal.

3. The chiller concrete floor (plinth) has already been constructed and is located in the new despatch area. The dimensions shown in the floor plan are those remeasured by MSL but will require confirmation by the Offeror who will be selected

4. Stacking maximum height pallet shelves is as shown in the drawing in Attachment E 5. Aisles widths between pallet stacks shall be as shown in the drawing in Attachment

E 6. Vertical space between roof trusses and top of highest pallet sufficient to

accommodate HVAC duct work. 7. The supporting structural framework shall be designed and constructed in

accordance with the requirements of the latest editions of the following current South African Standards or codes ( or other equivalent standards) SANS 1200 H: 1990 SANS 2001: 2005 SANS 1200 HA: 1990 SANS 10100-1,2 SANS 10145 SANS 10162-2: 1993 SANS 10160: 1989 SANS 10237: 1991

8. The supporting structural framework shall be suitably braced in order to restrict the transfer of both horizontal and vertical movements to and from the frame to the insulation system.

9. Simple portal frames should be used with caution particularly with large spans because this type of frame has considerable movement, which can disturb panel joints.

10. Materials used for the supporting structural framework should be corrosion proof. 11. The roof and cladding must utilize approved prefabricated and Structural Insulated

Panel with R values not less than R32

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 38 of 49

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

12. The walls and the roof are to be constructed of thermo-bonded expandable polystyrene (polyurethane) (EPS) sandwiched laminated panels. The laminated panels are to consist of 75mm/100mm EPS material sandwiched between 0.55mm zinc coated, cold reduced steel skin, with an epoxy coat finish or a silicone polyester paint.

13. These panels should be tongue on one edge, and grooved on the other to facilitate in situ assembly of the walls and roof. The panels are to be attached to the cold room steelworks by means of braces, using nuts, bolts or related fasteners.

14. Steel brackets supporting panel systems shall be designed to avoid excessive stress and movement as defined by the requirements of SANS 10162-2: 1993 or SANS 2001: 2005. The brackets shall be designed to avoid damage to the insulation panels and shall be corrosion resistant.

15. The Ceiling support system shall be connected to the main structure in a manner which takes into account: (a) the method of supporting the insulating ceiling panels, (b) the position of the supports to avoid local over stress within the supports, the suspended ceiling or the main structure, (c) the expansion and contraction of the main structure.

16. Non-corrodible hanger assemblies shall be used to support insulating ceiling panels. It is recommended that stainless steel, aluminium or hot dip galvanized steel be used; other materials such as nylon are less suitable. Hangers, slips, brackets and other supports shall be designed to support the maximum combination of loads and shall not be stressed beyond one-third of their ultimate strength.

17. The components forming the ceiling support, which can cause condensation of moisture and formation of rust, shall be insulated and sealed.

18. The cladding must comply with a Class 1 fire (in accordance with BS 476: Part 7-Classification of Spread Flame) rating and be used for both the walls and the roof as well as be able to maintain an internal temperature of 8+/-2 deg.C for the main chiller room and -20deg C for the freezer room

19. Special provision must be made in the wall design and protection of the columns of the frame structure for the 2m height above the slab elevation to reduce likelihood of damage from the operation of materials handling equipment inside the warehouse and cold room;

20. Factory applied coatings are preferable to field applied for the wall and roof panel

components and the color should be of a light color to reduce heat gain 21. The separating walls between the main chiller room and freezer room should be of

such thickness and R value so as to prevent condensation from forming on the warmer side of the wall.

22. The concrete floor inside the chiller room shall be coated with two layers expoxy coating approved for the use in cold rooms.

23. The concrete floor inside the freezer room shall be insulated and protected against frost heave

I.1.1.2 Service Doors: (2 number) 1. Size 2.500mm wide x 2 500mm high. 2. Material same as per chiller. 3. Must be installed with a quality sliding mechanism. 4. Must have positive stop at the fully open position. 5. Must have a gravity closing mechanism if not in the positive open position. 6. Must be able to open from the inside even if locked from the outside. 7. Opening mechanism on the inside must be luminescent.

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 39 of 49

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

8. Fast roll up plastic curtains to be installed at all service doors – clear type, industrial grade ll

I.1.1.3 Freezer/Chiller Door

1. Width of 900mm x height of 2000mm 2. Material same as per chiller 3. Must be installed with a quality hinge mechanism. 4. Must be able to open from the inside even if locked from the outside. 5. Opening mechanism on the inside must be luminescent. 6. Suitable gaskets shall be provided to form a seal around the door opening.

Heater tapes or other suitable heating devices shall be incorporated in the door edge and/or frame reveals and floor below the door in order to avoid build-up of ice or condensation on stores operating below 0ºC.

I.1.1.4 Fire door (egress only)

1. Width of 950 mm and height of 2000 mm 2. Material same as per chiller 3. 60 minute fire resistance 4. Door should open in the direction of escape and be rebated to ensure Smoke and

Intumescent strips seals work correctly 5. Close fitting to the frame with a minimum gap of 3mm 6. All fire doors must be hung on three steel hinges, to resist bowing in the event of a fire

and to bear the increased weight of the door. 7. Door must be fitted with external dual action hydraulic type self-closing devices which

can adjust to close quickly but latch slowly so as not to wear the smoke seals or damage the door or frame

8. Smoke and Intumescent strips seals must be fitted to the fire door 9. Door handles must give security but do not allow persons in the cold room to be locked

out by the action of the self-closers. 10. Door must be equipped with ‘panic bar” latch 11. Fire door must be signed and an luminated sign placed above the door showing clearly

“Fire Exit” I.1.1.5 Fire escape platform and stairs

1. Mild Steel non slippery platform 2. Width of platform - minimum 1200mm 3. Located at the outside of the fire door 4. Height of platform from concrete floor base as shown in the section in Attachment E 5. Stairs – mild steel stair case exiting in two directions from the platform 6. Width of stairs 900mm minimum 7. Mild steel frame support for the stairs 8. Steel frame to be supported into the base slab by base plate and raw bolts

I1.1.6 Lights: 1. 400 LUX rating (cool light) 2. LED lighting with vapor proof light fittings. 3. Switchgear for lights must be designed for cold start conditions. 4. Light switch must be on the outside of the box next to the main service door. 5. Must have indication light on the switch to indicate status of the lights

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 40 of 49

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

6. Fire Protection Cold Room Airlock only:

I.1.1.7. Refrigeration Requirements The refrigeration system for the cold room and freezer room shall basically comprise the following –

1. Compressor, condenser and high-pressure receiver, low pressure receiver, ammonia liquid pumps, Air Cooling units (ACU), Evaporative Condenser, Oil Separator and Suction accumulator.

2. Other Accessories, Piping, Valves, pumps and Fittings and Electricals and controls and PLC automation with internet accessibility, Data loggers etc.

3. No fire protection is required

I.1.1.7.1. Freezer Room

I. Freezer Room to be maintained at “–18 Deg C to -22 Deg C” II. Room dimension (Attachment E.)

III. Evaporating Temp minus 28 Deg C and Condensing temp 40 Deg C IV. ACU should have fan ring heater for room temperature below -8C V. ACU should be with at least 2 fans with Air-throw of at least 30 m and

40000CMH VI. ACU should be with SS304 Coils and Aluminium Fins having minimum 7 mm

spacing VII. Defrost should be Hot Gas for both coil and drain pan for cold room ACU with

evaporating below - 6C. VIII. The freezer room should have Digital Controller with RS 485 port to be

connected to central monitoring system. IX. Drawing for electrical panels should be submitted X. Compressor type – Open type -Two stage Reciprocating. -Scroll Compressor. XI. No of Compressor –2 Nos to be running alternately on a daily basis.

XII. Total cooling load – to be determined by the Offeror in their design. XIII. Capacity of compressor – to be determined by Offeror in their design. XIV. Refrigeration System Type -Pump feed Ammonia system. - 404, 134a

I.1.1.7.2. Cold Room

I. Cold Room to be maintained at 2 Deg C to 8 Deg C II. Room dimension (Attachment E)

III. Evaporating Temp minus 6 Deg C and Condensing temp 40 Deg C IV. ACU should be with SS304 Coils and Aluminum Fins having 4 mm spacing V. ACU should be with at least 3 fans with Air-throw of at least 30 m and 60000CMH VI. Defrost should be Hot Gas - Heater for both coil and drain pan for cold room

ACU with evaporating below -7C. VII. Drawing for electrical panels should be submitted. VIII. Humidifier to maintain the RH of 90% should be provided along with Rh

Controller IX. The Room should have Digital Controller with RS 485 port to be connected to

central monitoring system

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 41 of 49

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

X. Compressor type – Open type single stage reciprocating XI. No of Compressor – 2 Nos to be running alternately on a daily basis Scroll

Compressor XV. Total cooling load – to be determined by the Offeror in their design XVI. Capacity of compressor – to be determined by Offeror in their design

XVII. Refrigeration System Type -Pump feed Ammonia system

I.1.1.7.3. Additional Requirements Compressors The compressors shall have the necessaries safety devices and accessories as:

I. Drive set with Flywheel, Motor pulley, V-Belt, II. Instrument cum cut out panel with impulse tubing and fitting

III. LP and HP control switch IV. Unloading Solenoid valves V. Crankcase heater VI. Base frame with mounting bolt and belt tension adjustment

VII. Man Safety Grill for pulley and belts VIII. Suction & discharge stop valve

IX. Discharge check valve X. Suction scale trap with strainer XI. Oil separator with float and oil return

XII. Electric heater with thermostat in oil separator XIII. Inter stage cooling system for 2 stage compressors- Scroll XIV. Lubricating system with oil pump XV. Duel oil filters of 15 microns XVI. Suitable oil cooler complete with fittings, if required

XVII. Duel safety valve XVIII. TEFC 4 pole sq. cage induction motor with Y/D starter for 415 V, 3ph supply

XIX. Motor winding thermal relay XX. Motor current, voltage, phase protection devices XXI. PLC control panel indicating suction, discharge pressures and temperatures and

interlocks. XXII. Special tools for compressor repair

XXIII. Set of Gasket, Set of O rings, Filters Offerors shall include in their design location of compressors however, these should be placed with a vertical difference not more than 8m from Evaporator. Low Pressure Receiver: The low pressure receiver of suitable capacity fabricated of MS shell and dished ends of suitable thickness. The vessel shall be designed as per ASME Sec VIII with spot radiography and fabricated of IS2002/ SA516 plates. Necessary inlet, outlet nozzles shall be provided with suitable flange for operating pressure rating. Vessel shall be provided with dual safety relief valve, pressure gauge, 4eflex type level gauge, vent and oil pot with drain valve. Vessel shall be sized suitably to separation of ammonia liquid and vapor at full capacity at minus 30 deg C. Vessel should be hydro tested at 15 kg/sq. cm pressure. Ammonia Liquid Pumps:

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 42 of 49

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

The ammonia liquid pumps to feed at rate of 4X re-circulation of liquid ammonia at evaporating temperatures of minus 30-degree C for cold store evaporators. The pump shall be canned or mechanical seal type or with SS304/ suitable material for continuous trouble free operation. It should be suitable for pressure variation and even small flow of ammonia liquid. The pump system to have the following parts, a. Counter flanges for all connections b. Stop valves c. Strainer having suitable meshed filter (cleanable type) d. Non return valve cum stop valve on discharge side e. Pressure gauge on discharge side of 6in size dial f. Mechanical seal g. Bearings (pump and motor ends) h. Impellers i. Couplings j. Low and high flow nozzle and return arrangement k. A provision on the discharge side should be provided to evacuate the pump with a pressure gauge. l. Pump headers and suction connection is such way to avoid vortex formation at all operating conditions. Gas & Liquid Cooler: The gas and liquid cooler of suitable size. Vessel shall be designed as per ASME Sec VIII with spot radiography and fabricated of IS2002/ SA516 plates. Necessary inlet, outlet nozzles shall be provided with suitable flange for operating pressure rating. Vessel shall be provided with dual safety relief valve, pressure gauge, 5eflex type level gauge, vent and oil pot with drain valve. Vessel shall be sized suitably to sub cool liquid and separation of ammonia liquid and vapor at full capacity at minus 10deg C. Vessel should be hydro tested at 24 kg/sq.cm pressure. Evaporators: Flooded over feed Evaporators fabricated of GI powder coated casing and SS304 tubes with Aluminium fins with spacing as indicated above with heavy duty motor suitable for continuous operation with 415V 3Ph supply. Evaporators to be complete with hot gas defrost in tray and coil with electric fan ring heaters. Oil Separator: Of suitable capacity for separating oil from the discharge gas at high pressure and temperature. It should have float assembly at the bottom with drain with valve. High Pressure Receiver: The receiver shall be size to hold full liquid during pump down of system with 20% buffer gas volume. Vessel shall be designed as per ASME Sec VIII with spot radiography and fabricated of IS2002/ SA516 plates. Necessary inlet, outlet nozzles shall be provided with suitable flange for operating pressure rating. Vessel shall be provided with dual safety relief valve, pressure gauge, 5eflex type level gauge, vent and oil pot with drain valve. Vessel should be hydro tested at 24 kg/sq. cm pressure. Evaporative condenser: Of suitable capacity for heat rejection with all compressors running

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 43 of 49

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

Minus 23C. Condenser shall be with Galvanized Steel coil with blow through centrifugal fans, water spray pump, sump, drift eliminator, water level float. Necessary water inlet, drain nozzles shall be provided. Piping and valves: Inter connecting ammonia pipe of MS C class confirming to IS1239 for sizes up to 6in and IS3589 for 8in and above of suitable thickness. Socket welded Pipe fittings with suitable size socket welded Ammonia valves, Strainer, Hand expansion valve and fittings etc. with complete liquid line assembly to be included. Line valves will be “Y” type or Angle type Globe. The valves should have following features i. Full port opening ii. Compact design iii. Body should be of carbon steel / Seamless pipe iv. Provision of Gland packing replacement under pressure. v. valve spindle should be of SS410 vi. Provision for back seat arrangement. vii. Replaceable Teflon valve seat. viii. Non-Rotating Valve disc thus increasing seat life. ix. Provision of direct welding of valve body to pipe line reducing number of joints PUF section Insulation materials These should be for low temperature suction line, sub cooled line, inter-cooler suction and where the operating temperature is below 18C. Vessels shall be insulated with suitable thickness of PUF insulation. Insulation shall be complete with surface preparation, bitumen and duly complete with 22G / 24G Al. cladded and necessary screws and hardware. Electrical panel: Free standing type cubical construction fabricated of MS powder coated of suitable sheet thickness to enclose starter Y/D for compressor motor, starter for evaporators, condenser fan, pumps. Panel to have IP 52 rating with RAL 7035 Colour and have required control and should comply with local STATUTORY ACTS, RULES, STANDARDS AND SAFETY CODES. Main incoming supply 415 V / 3 PH/ 50 hz will be provided in the plant room to the electrical panel. - Motors of 12kW shall be suitable for Y/D starting - Compressor motor to have start to start to delay and per hour start counter with limit setting I.1.1.7.4. Miscellaneous Requirements

I. MS stand and structure to support equipment in scope of supply. II. Pipe support fabricated of suitable size MS Channels and angels with anti-rust

paint. III. GI Cable trays of suitable width with necessary MS support with anti-rust paint.

I.1.1.7.5 Common Specification and Requirement:

I. All pressure vessels after pressure test shall be drained, dried and coated with anti-rust primer followed by two coats of paint of approved shade.

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 44 of 49

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

II. Evaporative Condenser to be placed on the existing warehouse roof above the proposed cold room with vertical difference not more than 8 m from compressor. Offer shall specify structural modifications to the existing roof including fasteners, and shall describe worker access for maintenance purposes.

III. Evaporator fan should inter locked to switch off when the doors are open with an adjustable delay timer.

IV. Drain piping to be insulated and heated for freezer room. V. All components supplied shall be suitable to operate with Ammonia refrigerant at

the required operating temperatures. VI. Supplier to coat with anti-rust paint / coating on all support and structures to avoid

rusting. VII. Heat load provided are for reference and the supplier to verify the heat load and

quote as suitable to ensure performance and temperature in the cold rooms as per basis of design.

VIII. Supplier shall be responsible for the performance and smooth / trouble free running of system supplied.

IX. Pressure test, radiography test, material test Certificates shall be submitted for record.

X. Guaranteed Power Consumption details on peak load and average load to be submitted along with COP for the system quoted.

XI. WEB based central control and monitoring system should be provided for the refrigeration system. The system shall be compatible with PC and latest version software.

XII. Control system to have following features as monitoring of opening / closing of doors(recording hours, numbers of opening), Compressor on/off status, run hours recording, evaporator fan status, defrost status etc., shall be display with plant layout mimic on the PC screen.

XIII. Supplier to quote for Spares as motor for evaporator fan, condenser fan & motor, pump, fan ring heaters, solenoid valve coils, room controller any other critical system spare.

XIV. Supplier to included first charge of Refrigerant gas and top up during trial run and 6 months of system running.

XV. Supplier to included first charge of oil and top up during trial run and 6 months of system running.

XVI. The offer to be submitted along with the following documents a. Basics of system design and write up of Plant operation b. P&I drawing c. Electrical power consumption and connected Load details

XVII. Water supply will be provided by MSL at a single point to evaporator condenser. XVIII. The following drawings must be submitted for approval and shall be submitted

prior to start of the work. a. System P & ID b. General layout of all equipment c. Piping, cable tray rooting and supporting details. d. Standard Piping e. Installation drawing of all equipment. f. Power wiring diagram, with recommended cable size. g. Control wiring diagram with scheme for communication. h. Field wiring diagram i. Electrical Panel wiring diagram.

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 45 of 49

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

j. GA drawing for control panel. k. Any other drawings necessary for the project.

I.1.1.8 Electrical

1. The equipment must be designed for Zambian electrical supply as follows: 230Volts 50Hz on single phase

380/415Volts on 3 phase 2. All equipment shall be tested by the Offeror using their own temporary power source.

3. Main power supply to the DB shown on Attachment H will be a dedicated supply from the main grid. and to be installed by MSL. The Offeror will be responsible for installing the generator panel and connect to the main DB for the cold-room including all items such as switch gear etc.

4. Individual compressor unit’s circuits to be supplied with individual circuit breakers according to specification.

5. Each compressor to be fitted with an overload of correct value to indicate compressor trip.

6. Compressor trip indicator light to be installed in same position as the controller

I.1.1.9 PVC Strip Curtains Offerors will be required to include in the offers the design, fabrication and installation of PVC strip curtains between the loading bays and the cold-room as shown in the concept plan in Attachment E. The specifications for the PVC strip curtains are:

1. Size 7800 wide x 3500mm high.( Both this dimensions should be verified on site by the offeror)

2. Material – Clear or polar reinforced PVC for cold chain applications up to -20 deg C

3. PVC strips must be fitted to a quick mounting hinge system which allows each strip to swing freely without bumping into the overhead support.

4. The mounting system shall be fixed to overhead steel beams in the loading dock area.(Offerors are required to take note of these supports for the mounts during the site visits and verify heights and other dimensions required)

5. The width and thickness of the PVC strips should be determined by the offeror in accordance with the width and height of the opening and be suitable for use with motorized traffic applications

I.1.1.10 Standby Generator

Offerors will be required to determine all electrical loads of the cold room, providing a final design for the generator and connecting it to the cold rooms main grid supply. A full turn-key operation is required. All drawings must be signed and sealed by a licensed engineer and all permits obtained. Training shall be provided for MSL personnel, along with product manuals for the operation and maintenance of the generator. The generator is to supply power to the entire cold room and freezer in order to continue normal operations during grid power failure. The generator should have all safety features to stop over-voltages, spikes, etc. and electrical switch gear/automatic throwover. The generator shall be energy efficient, low noise, warranted for equipment and work, KW level able to deliver 25% higher than cold room and freezer capacity and all components must be easily accessible for maintenance. New surge suppression equipment to be attached to FP&L's line into the transfer switch and new surge suppression to be attached to the generator's input line to transfer switch. The Contractor shall perform field surveys

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 46 of 49

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

that identify existing conditions to ascertain items necessary to accomplish the project. Offeror is responsible for coordinating and obtaining all applicable permits and must be in compliance with all appropriate Zambian codes and industry standards.

Attachment E is shows the approximate location for the installation of the generator in relation to the cold room.

MSL shall construct the concrete platform for the generator as well as the installation all the cabling from the generator to the cold room DB which will be adjacent to the cold room structure as shown in Attachment F and H. The offeror is required to connect the cabling provided by MSL to the generator to be supplied by the Offeror complete with generator control switch box and switch gear to be located next to the main DB for the cold room. All other cabling and connections not specifically stated herein to be provided by MSL shall be provided and installed by the Offeror.

I1.1.10.1 Detail Specifications

Supply and Install Diesel Generator The kw requirements should be in line with the sum of the requirements for the cold rooms for 2-8 and minus 20 C 277/480 Volt Three-Phase

I.1..1.10.2 Generator Requirements

1. Calculated rating, synchronous alternator, wired for 277/480 VAC 3 Phase, 60Hz.

2. Permanent magnet excitation

3. Control panel (Generac, H-100 or equivalent)

Meets NFPA 99 and 110 requirements

Minimum operating temperature range -40 to 70 degrees Celsius

Digital microprocessor display showing full system status

3-phase sensing digital voltage regulation

RS-232, RS-485, and Canbus remote ports

All connections waterproofed

4-20ma engine sensors for minimal interference

Programmable I/O

Built-in PLC for special applications

4. Full-range standby operation (programmable auto crank, emergency stop, auto-off-manual switch)

5. Isochronous governor

6. Full system status on all AC output and engine function parameters

7. Service reminders, trending, fault history

8. I2T functionality for full generator protection

9. Selectable low-speed exercise

10. HTS transfer switch function monitoring and control

11. 2-wire start controls for any 2-wire transfer switch

12.400A UL mainline circuit breaker with shunt trips and auxiliary contacts

13. Sound attenuated, weather protective enclosure with industrial powder paint finish and integral critical grade muffler

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 47 of 49

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

13. Installed 110AH, 925 CCA, group 31 battery with rack, 10A battery charger with charging alternator, battery cables, and battery tray

14. Fuel shut-off solenoid valve

15. Solenoid activated starter motor16.Fuel filter and water separator

17. Air cleaner and oil filter with internal bypass

18. Oil and radiator drain extensions

19. Vibration isolators between engine/alternator and base frame

20. Standard flex exhaust

I.2 MATERIAL HANDLING EQUIPMENT I.2.1 Scissors Lift Dock Leveler The Offeror will be required to provide 1 x scissor-style Dock Leveler in existing warehouse dispatch bay. The scissors lift pit frame drawing is shown in Attachment G and indicates the required scissor lift to fit into the frame as indicated in this drawing. The pit and frame are existing in the dispatch bay at MSL. I.2.1 Requirements Deck size. The basis for selecting deck size should be based on the frame size as indicated in the drawing in Attachment G Consideration should also be given for side-by-side pallet loading onto the elevating dock to increase efficiency of operations. Lifting Capacity. Capacity selection for elevating docks must be capable of lifting the total gross load of up to 6000kg. Lifting Speed. The lifting speed is determined by the size and capacity of the elevating dock and the size of the power pack. The desired speed the lift to operate is 20 - 30 seconds. I.3 STORAGE SYSTEMS This RFP also calls for the design, manufacture, supply, installation and commissioning and performance criteria of an Aluminium Adjustable Pallet Racking (APR) storage system. inclusive of the following:

Adjustable Pallet Racking (APR).

Manifesting Tables

This part of the RFP to be read in conjunction with the following reference Drawings:

Attachment E - Floor plan & stacked pallet storage system layout I.3.1 Aluminium Adjustable Pallet Racking Chiller room: Adjustable Pallet Racking

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 48 of 49

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 48

Row 1: comprises of 1-off single row of APR storage consisting of 12-off bays of triple pallet storage at 5-off beam levels in the height. Rack Bay centers of Triple Pallet Bay = 2800mm centers Height of top beam = 6400mm Frame depth = 1100mm Load capacity = 3-off pallets @ 700Kg/ Pallet Location quantity = 180 Pallet locations. Rows 2 and 3: comprises of 1-off back to back row of APR storage . Row 2: Consists of 11-off bays of triple pallet storage at 5-off beam levels in the height. Row 3: Consists of 11-off bays of triple pallet storage at 2-off Wire Decked Shelf Levels in the height + 4-off triple pallet beam levels above. Rack Bay centers of Triple Pallet Bay = 2800mm centers Height of top beam = 6400mm Frame depth = 1100mm Load capacity Pallets = 3-off pallets @ 700Kg/ Pallet Load capacity Shelves = 700Kg/UDL per Bay Pallet Location quantity = 297 Pallet locations. Shelf Location quantity = 61.6m Linear Row 4: comprises of 1-off single row of APR storage consisting of 13-off bays of triple pallet storage at 2-off Wire Decked Shelf Levels in the height + 4-off triple pallet beam levels above. Rack Bay centers of Triple Pallet Bay = 2800mm centers Height of top beam = 6400mm Frame depth = 1100mm Load capacity Pallets = 3-off pallets @ 700Kg/ Pallet Load capacity Shelves = 700Kg/UDL per Bay Pallet Location quantity = 156 Pallet locations. Shelf Location quantity = 72.8m Linear

Freezer room: Adjustable Pallet Racking

Row 1 and 2 Consists of 1-off single row of APR storage consisting of 3-off bays of triple pallet storage 1 at 2-off Wire Decked Shelf Levels in the height + 4-off triple pallet beam levels above. Rack Bay centers of Triple Pallet Bay = 2800mm centers Height of top beam = 6400mm Frame depth = 1100mm Load capacity Pallets = 3-off pallets @ 700Kg/ Pallet Load capacity Shelves = 700Kg/UDL per Bay Pallet Location quantity = 54 Pallet locations. Shelf Location quantity = 33.6m Linear

Chemonics International Request for Proposals RFP-PSM-ZMB-CR-001

Page 49 of 49

Chemonics DocNo: ENCO.FT.003, Rev.012, 6/17/2016 49

Manifesting Tables

Each Manifesting Tables comprises of 2-off work tables and a table mounted idler conveyor

spanning the length over the 2 tables.

REQUIRED OFFERED QTY

Quantity 2-off sets 1st Table Width = 3000mm 2nd Table Width = 2000mm Table Depth = 1150mm Length over System = 5500mm Table Top Finish = Stainless Steel or aluminium @ 900mm F.F.L Conveyor Width = 600mm Conveyer Length = 5300mm Guide Rail = Full Length 1 side only Rollers = Steel with “Sealed for life” Bearings

2-off