Clauses for Overseas Contracting Activities - U.S. Embassy in Peru · 2019. 12. 10. · Lima, Peru...
Transcript of Clauses for Overseas Contracting Activities - U.S. Embassy in Peru · 2019. 12. 10. · Lima, Peru...
-
Embassy of the United Slates of America
Lima, PeruDecember 9. 2019
To Prospective Offeror
Subject: RFQ for 19PE5020Q0007Construction Material for INL Police Program
The American Embassy in Lima Peru, has a requirement for a contractor to provide materialsfor the lntemational Narcotics and Law Enforcement Section (lNL) operation. You areinvited to submit a quotation. The Request for Quotations (RFQ) consists of the followingsections:
l. Standard Form SF-14492. lnstructions to Offerors (Quotation rules and evaluation method)3. Qualification of Offerors4. FAR & DOSAR Clauses
The Embassy plans to award a purchase order submitting an acceptable offer at the lowestprice. You are encouraged to make your quotation competitive. You are also cautionedagainst any collusion with other potential offerors with regard to price quotations to besubmitted. The RFQ does not commit the American Embassy to make any award. TheEmbassy may cancel this RFQ or any part of it.
As per US Govemment regulations, in order to participate in this RFQ it is required that theofferors are duly registered at the (SAM) System for Award Management. If you are notregistered and you want to participate, you must initiate this process at www.sam.gov. Anyquestions about this solicitation shall be addressed to [email protected] only in writinguntil Monday, December 16,2019 at l2:00 pm. (local time and date)
Please read the RFQ carefully, and if you are interested, submit your quotation, by retumingthe completed SF-1449 (blocks 23, 24,30a,30b,30c) and proposal to esoinozase@state. govno later than Thursday, December 26,2019 at 08:00 am (local time and date). Oral quotationswill not be accepted.
Sincerelv,
Paul Kopecki
Enclosure: As stated
Contracting Officer
-
AUTORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 02/2012) PREVIOUS EDITION IS NOT USABLE Computer Generated Prescribed by GSA - FAR (48 CFR) 53.212
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSOFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30
1. REQUISITION NUMBERPR8846834
PAGE 1 OF 30 PAGES
2. CONTRACT NO. 3. AWARD/ EFFECTIVE DATE
4. ORDER NUMBER 5. SOLICITATION NUMBER 19PE5020Q0007
6. SOLICITATION ISSUE DATE 12/09/2019
7. FOR SOLICITATION INFORMATION CALL:
a. NAME Saul E Espinoza
b. TELEPHONE NUMBER(No collect calls) [email protected]
8. OFFER DUE DATE/LOCAL TIME12/26/2019 / 08:00
9. ISSUED BY CODE PE500 10. THIS ACQUISITION IS x UNRESTRICTED OR SET ASIDE: % FOR:
SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS
HUBZONE SMALL BUSINESS
(WOSB) ELLIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM NAICS:
EDWOSB EMERGING SMALL BUSINESS
AMERICAN EMBASSY LIMAAve. Lima Polo Cdra 2 Monterrico, ATTN: GSO/ProcurementLima PERU
SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 8 (A) SIZE STANDARD:
13b. RATING11. DELIVERY FOR FOB DESTINAT-TION UNLESS BLOCK ISMARKED
SEE SCHEDULE
12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700)
14. METHOD OF SOLICITATION
x RFQ IFB RFP
15. DELIVER TO CODE 16. ADMINISTERED BY CODEAMERICAN EMBASSY LIMAAv Lima Polo Cdra 2 Monterrico, ATTN: INL LIMA
PERU
AMERICAN EMBASSY LIMAAve. Lima Polo Cdra 2 Monterrico, ATTN: GSO/ProcurementLimaPERU
CODE FACILITY CODE
17a. CONTRACTOR/ OFFERER
TELEPHONE NO.
18a. PAYMENT WILL BE MADE BY AMERICAN EMBASSY LIMAAV. Lima Polo cdra 1 s/n Monterrico-Surco, ATTN: FMO / DBOLima 33
PERU
CODE
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM
19.ITEM NO.
20.SCHEDULE OF SUPPLIES/SERVICES
21.QUANTITY
22.UNIT
23.UNIT PRICE
24.AMOUNT
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED
27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _ __ COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.
29. AWARD OF CONTRACT: REF. _ _______________ OFFER DATED_ __________. YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANYADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS
TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (Type or print) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED
xx
Paul Kopecki
Solicitation - 19PE5020Q0007, Page 1 of 31
See full specifications on continuation sheets
-
ITEM NO. 20.SCHEDULE OF SUPPLIES/SERVICES
21.QUANTITY
22.UNIT
23.UNIT PRICE
24.AMOUNT
32a. QUANTITY IN COLUMN 21 HAS BEEN
RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: _______________________________
32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE
32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE
32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE
32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE
33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIEDCORRECT FOR
36. PAYMENT 37. CHECK NUMBER
PARTIAL FINAL COMPLETE PARTIAL FINAL38. S/R ACCOUNT NO. 39. S/R VOUCHER NO. 40. PAID BY
41.a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42a. RECEIVED BY (Print) 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41C. DATE
42b. RECEIVED AT (Location)
42c. DATE REC’D (YY/MM/DD) 42d. TOTAL CONTAINERS
STANDARD FORM 1449 (REV. 2/2012) BACK
Solicitation - 19PE5020Q0007, Page 2 of 31
-
SECTION 1 - THE SCHEDULE SF-1449 Cover sheet CONTINUATION TO SF-1449, RFQ NUMBER 19PE5020Q0007 PRICES, BLOCK 23
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
1
Wire for construction : Low carbon steel wire, obtained by drawing and with subsequent annealing heat treatment, which gives it excellent ductility and malleability, maintaining sufficient mechanical strength to work optimally in the indicated application
193
kilogram
2
Wire for construction : Low carbon steel wire, obtained by drawing and with subsequent annealing heat treatment, which gives it excellent ductility and malleability, maintaining sufficient mechanical strength to work optimally in the indicated applicatio
285
kilogram
3
ASTM A615 Grade 60 construction bar. Straight steel bars of circular cross-section, with high bond Hi-bond projections with concrete. Standard NTP 341.031 Grade 60, dimension:9.00 meters.
8515
kilogram
4
2 "wood nails with head: Mason nail with 2" inch head
30
kilogram
5
3 "wood nails with head: Mason nail with 3" inch head
70
kilogram
6
4 "wood nails with head: Mason nail with 4" inch head
70
kilogram
7
Unperforated tape and rounded edges that prevent any deterioration in the hose. Seal and perfect fit. Secure the pipes of the hydraulic installations with clamps to avoid leaks or future problems. Material Galvanized metal, Distribution diameter 2 "
12
kilogram
8
Unperforated tape and rounded edges that prevent any deterioration in the hose. Seal and perfect fit. Secure the pipes of the hydraulic installations with clamps to avoid leaks or future problems. Material Galvanized metal, Distribution diameter 3/4 "
297
kilogram
9
Detachable base for water tank, Width 115 cm, Depth 114 cm, Height 158 cm, Color Black, For 1100 liter tanks.
1
each
10
electrical pipe: specs . 1 "inches. (50mm); diameter, tube made out of hard plastic call PVC
10
each
11
electrical pipe: specs . 2 "inches. (50mm); diameter, tube made out of hard plastic call PVC
37
meter
12
electrical pipe: specs . 3 "inches. (50mm); diameter, tube made out of hard plastic call PVC
28
meter
13
2 "(50 mm) curved accessory, made of PVC, is ideal for heavy electrical connections, is resistant to chemicals. PAVCO or Similar Brand, includes accessories for installation.
3
each
14
Plastic Curve size 3 "(80mm) curved accessory, made of PVC, is ideal for heavy electrical connections, is resistant to chemicals. PAVCO or Similar Brand, includes accessories for installation.
2
each
15
2 "union type accessory, made of PVC, is ideal for heavy electrical connections such as in buildings, businesses or shopping centers, it is also resistant to chemicals. PAVCO or Similar Brand, includes supply and installation.
7
each
Solicitation - 19PE5020Q0007, Page 3 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
16
Joint , size 3 " type accessory, made of PVC, is ideal for heavy electrical connections such as buildings , it is also resistant to chemicals. PAVCO or Similar Brand, includes supply and installation.
5
each
17
PVC tube with thread with a diameter of 1/2 "inch by 5 meters length,; it has a splice-bell connection system, type Hydraulic pipes. PAVCO or similar brand, includes supplies for installation.
54
meter
18
Joint /elbow used for the change of direction in water pipe connections. It is of high resistance and has a low level of corrosion. 1/2 inch diameter. PAVCO or Similar brand, includes supplies for installation.
24
each
19
Tee joint Ideal for the fork of the water system. It is of high resistance and has a low level of corrosion. 1/2 inch diameter.
8
each
20
Joint 2 1/2 ";union type accessory, made of PVC, is ideal for water connections, it is also chemical resistant. PAVCO or Similar Brand, includes supply and installation.
9
each
21
Universal joints are essential to make pipe connections, 1/2 "in diameter. PAVCO or Similar brand, supplies for installation.
8
each
22
Pipe heavy resistant to abrasion, corrosion and wear. Low density 4 "in diameter (10cm), Depth (Cm) 10 cm, Length (Cm) 300 cm. PAVCO Brand or Similar, includes supplies for installation.
28
meter
23
Pipe heavy resistant to abrasion, corrosion and wear. Low density 2 "in diameter (5cm), Depth (Cm) 10 cm, Length (Cm) 300 cm.
46
meter
24
Joint / elbow used to change the direction of flow in drain pipe connections. It is of high resistance and has a low level of corrosion. 2 inch diameter. 45º direction. PAVCO or Similar brand, includes supplies for installation.
7
each
25
Joint /elbow used to change the direction of flow in drain pipe connections. It is of high resistance and has a low level of corrosion. 4 inches in diameter. 45º direction. PAVCO or Similar brand, includes supply and installation.
3
each
26
Joint/ elbow used to change the direction of flow in drain pipe connections. It is of high resistance and has a low level of corrosion. 2 inch diameter. 90º direction. PAVCO or Similar brand, includes supplies for installation.
27
each
27
Joint/ elbow used to change the direction of flow in drain pipe connections. It is of high resistance and has a low level of corrosion. 4 inches in diameter. 90º direction. PAVCO or Similar brand, includes supply and installation.
3
each
Solicitation - 19PE5020Q0007, Page 4 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
28
The elbow used to change the direction of flow in drain pipe connections. It is of high resistance and has a low level of corrosion. Diameter 4 "x 2" with ventilation. PAVCO or similar brand, includes supply and installation.
1
each
29
Yee tube, is an accessory made of PVC to connect in drainage; size 2 "of diameter. Brand PAVCO or similar, includes accessories for installation.
1
each
30
The Tee tube, is an accessory made of PVC ideal for works of gasfitter in the drain. 2 "in diameter. PAVCO or Similar brand, includes supplies for installation.
2
each
31
The type Y connections with two outlets, allows you to join two pipes and divert the drain outlet, 4 "in diameter. PAVCO or Similar brand, includes supplies for installation.
1
each
32
Joint for water inlets and outlets, adjustable from 160 mm to 4 "inches used in drainage pipes; made out of hard plastic similar to PAVCO; includes supplies for installation.
1
each
33
Safety cap, provides protection against possible bumps or scratches caused by the lateral projections of exposed rods in worker traffic areas. Preventing oxidation of reinforcing steel. PAVCO or Similar brand, includes supply and installation.
4
bag
34
Used for the transport of pressurized fluids. Used to join two tubes of different sizes safely and thus avoid leaks or other accidents. PAVCO or Similar brand, includes supply and installation.
1
each
35
Trap model P, white color 2 inches. Material similar to PVC hard plastic . Includes accessories for installation
2
each
36
Ventilation accessory to vent bad odors and is used is water tanks made out of hard materials type PAVCO brand includes accessories for installations.
2
each
37
The Y-type connections with two outlets, allows you to join two pipes and divert the water outlet or drain. In 4 "diameter x 2". PAVCO or Similar brand, includes accessories for installation.
4
each
38
Thick gravel or crushed stone to use in construction size 1/2 " inches , presentation granular.
13
cubic meter
39
Thick gravel or crushed stone to use in construction size 8 " inches , presentation granular.
6
cubic meter
40
It is a thick aggregate that is obtained by artificial crushing of rocks or gravels and in size from ¼ to 3/8 ”. It is called as condition.
7
cubic meter
41
Sand fine. The sand should not have impurities (organic matter, smell, blackish color), nor earth, mica or salt. It must not be wet before use.
23
cubic meter
42
Sand thick to mix with cement to in retaining walls, floors, ceilings. The sand should not have impurities (organic matter, smell, blackish color), nor earth, mica or salt. It must not be wet before use. It is called as "arena gruesa"
45
cubic meter
Solicitation - 19PE5020Q0007, Page 5 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
43
Thick sand (hormingon) to mix with sand and stones in the same proportions, this must be used for the production of low strength concrete.
18
cubic meter
44
Filling soil material used for the filling will be from quarries, not containing organic matter, unstable or easily altered elements, or other harmful elements. which in no way should have expansive characteristics. Maximum size of the granulated materi
185
cubic meter
45
Planting soil: specs special soil with nutrients, rich in minerals for flowers and green bushes.
7
cubic meter
46
Special soil to use in construction of ground dwells, it should be dried.
23
cubic meter
47
Barrier construction plastic to close perimeter construction: made of polyethylene (HDPE). Standard size - 2 meter wide and 30 meter long, orange color
3
roll
48
technopor or insulated polytirene size 1/2 " inches X4' inches X8 ' inches . White
23
piece
49 Insulating hoses 2 mt long 3/8 "thick". 48 meter 50 Insulating hoses, 2 mt long 1/4 "thick". 48 meter
51
tube made out of copper to conduct heat and electricity. 3/8 inches diameter pipe.
48
meter
52
Copper is a metal with important properties such as ductility, malleability and good conductivity of heat and electricity. 1/4 inch diameter pipe.
48
meter
53
Yeast for construction; chemical resistance, to build in sand soul, with salinity walls; any brand similar to Chema or Sol brand . Presentation in18 kg per bag.
7
bag
54
Cement for construction, in saline soil , any brand similar to Sol or any brand
250
bag
55
Adhesive yeast powder (fragua) in presentation of 18 kilograms, per bag, chema or similar brand
2
bag
56
Joint made out of cooper. They are used for cold, hot water, cooling systems, etc. 1/2 "in diameter, with 90º inclination.
4
each
57
Bricks read to make ceiling ,8 holes size 15X30X30 ctms dimension.
210
each
58
Grass to plant by blocks presentation
56
square meter
59
Block concrete, gray color, size 14X19X39 for exterior walls any brand
2082
each
60
Block concrete , gray color, size 14X19X39 for interior walls any brand
550
each
61
Block concrete , gray color, size 14X19X39 for interior walls any brand size 0.10 centimeter X 0.20 cmts X 0.04 meter
10673
each
62
Ready-mixed hydraulic concrete, F'C = 210 kg / cm2 composed of materials in the following proportions per m3 of mixture: Crushed stone: 0.70 m3, Coarse sand: 0.55 m3, Portland cement: 9.5 bags
115
cubic meter
63
Glue made out of resin polyurethane and silicone antihumidity and mold usually used to join together. 600 ml capacity presentation
167
each
64
Paste putty (plaster called masilla) for joint treatment and final putty. Brand Gyplac or Similar, Weight 20 kg.
1
bag
Solicitation - 19PE5020Q0007, Page 6 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
65
Bonding of pipes and PVC connections. Recommended for drinking water pipes, pressure, etc. Oatey brand or similar, presentation 32 ounces.
5
tube
66
Wood panel natural color, type cachimbo size 1 "X8" X10 inches.
52
each
67
Wood panel natural color, type cachimbo size 2 "X3" X10 inches
158
each
68 Wood panel natural color, type 2 "X2" X10 inches 121 each
69
Wood panel natural color, type cachimbo size. Measures 3x2, height = 2.40 m, includes 0.90m door and wooden roof.
1
each
70 Wood panel natural color, type 1 1/2"X12"X10 inches 37 each 71 Wood panel natural color, type 2"X4"X10 inches 75 each 72 Wood panel natural color, type1 1/2"X8"X10 inches 111 each
73
Sand paper to scratch iron or metal number # 80, size of sheet 23 x 28 cm.
19
each
74
Sand paper for water, number # 80, size of sheet 23 x 28 cm.
19
each
75
Sand paper for water, number # 80, size of sheet 23 x 28 cm.
4
each
76
Plaster to fill in imperfections for interior walls. Presentation in 5 gallon bucket.
10
gallon
77
Synthetic latex, oxide and humidity resistance, white Color Presentation in 4 gallon bucket .
3
gallon
78
Anti-corrosive enamel paint, light gray, gallon bucket presentation. Make teckno or similar.
3
gallon
79
Imprimant to cover seal porous surfaces thus improving their adhesion and saving finished paints.
2
gallon
80
Tape to join pipes, sealant, insulation and oxidation resistant, 3M brand or similar.
5
each
81
Glass mirror with beveled edges, in the back-top part it comes with steel support to hang it on the wall and a steel support at the bottom to give it greater stability . 2.05 meters long 2.05 high.
1
square meter
82
Drainage automatic for hand washer lavatory; size :Height 25 cm, material steel, color Silver. Anti-oxidation
2
each
83
Tube connector (de abasto) that allows to cover the pipe to accumulate the water and also uncover it to pass the accumulated water. It is a conduit made of bronze where water is added and evacuated, it has 2 edges called male and female,, material: B
2
each
84
Tube connector (de abasto) that allows to cover the pipe to accumulate the water and also uncover it to pass the accumulated water. It is a conduit made of bronze where water is added and evacuated, it has 2 edges called male and female,, material: B
2
each
85
Pivot (registro) or pin to hold or install toilet . It comes with accessories for installation; made out of metal anti -corrosive environments. Size Input 1/2 " inches Output 7/8", Color: gold
1
each
86
Steel bolt to place 1/4 "nut, plastic caps that protects the bolt from moisture see page. (Ideal for installing cups of toilet, consisting of 6 bolts and 6 white caps) color: gold
4
each
Solicitation - 19PE5020Q0007, Page 7 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
87
Ideal accessory to cover access to the drain pipes, providing security and ease of maintenance and cleaning. Model: Heavy 4 '' Finish: Chrome, Material: Bronze, Color: Gold
1
each
88
Ring premium to glue toilet Type: Wax rings; standard size
1
each
89
lavatory type oval, similar to model Ceralux, local brand: Trebol, White, ceramic shine white
2
each
90
Toilet w/ accessories and tank ceramic white shine finishing.
1
each
91
Plastic cylinder to store cold water type rotplas, size 1,100 liters. It should include accessories for the installation of the water tank with this valve and float pack.
1
each
92
Connector plastic for cold water connections, size materials 1/2 "x 2" inches , color gray.
8
each
93
Screw with head on top size 2 1.5 centimetres high , Ideal for joining hard and soft wood, chipboard, also to fix a product on a concrete surface. Pack of 50 units of self- tapping screws.
90
each
94
Valve spherical, to regulate and control the load of water into the tank. Brand: Rotoplas, Measures: 1/2 ", Ideal Use for water tanks.
4
each
95
Generator to run up 12-hour period. It need to have a approved or certification ISO 8528, ISO 3046, capacity of 15KW INC. FUEL TANK 125GLN TRANSFER BOARD, including accessories similar to brand: EIS POWER or similar.
1
each
96
Ceiling cover made out of A Membrane Roof; Supply and installation of self-supporting coverage Curved galvanized and pre-painted white steel, 24 gauge (0.60 mm thick) of 13 m wide and 22 m long and an arrow of 3.8m (approximate 29.2% of width), without t
286
square meter
97
Single twist mesh enclosures metal panel galvanized and pre- painted white color caliber 24 and 0.60 mm thick. It is used to seal or close a roof (item 96)
96
square meter
98
Double door made in wood type HDF material, 0.90 cmts x 2.10 meter/ctms including frame, locker, keys, wooden gray color , should include installation.
1
each
99
Plywood or veneer, gray color thick of wood 4mm, 2.10 meters height 0.8 mts wide in interior it has a high window, sliding, glass is tempered measures 0.8 mts x 0.03 mts including frame includes painting and installation.
1
each
100
Metal window of aluminum profiles type grid measures 0.50m high x 1.00 m wide, includes installation
1
each
101
Tempered glass sliding window with panels and framed in aluminum profiles dimensions 2.85 m long x 1.40 m high (including frame) includes installation
1
each
102
2-leaf rolling metal door dimensions 5.1m wide x 2.8m high includes painting gray color, and installation
1
each
103
Fire door dimensions 1.05 mt wide x 2.10 high including frame, with anti panic metal bar includes accessories and installation
3
each
Solicitation - 19PE5020Q0007, Page 8 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
104 Sliding door in wood, natural color, dimensions: 0.80m wide x 2.10 m high.
1
each
105
Bullets (non lethal) for Staples nails pistol w/ 22 caliber, electrical with a charger 22V to nail drywalls panel.
60
each
106
Timer locker for lavatory of bathroom similar to vainsa brand or similar.
2
each
107
Electrical engine to connect to metal rolling doors SPECS: system, 3/4 HP motor (minimum), adapts to any garage. Includes 2 remote controls, power gate brand or similar, includes installation
1
each
108
40w fluorescent equipment. With electronic ballast, Halux brand or similar
1
each
109
Reflector for 220V type Led with an optical system with resistance to impacts, designed for installation in large places like in hospitals, it has a lifespan of approximately 30,000 hours, has a reading angle of 180 ° and an IRC 80m, good brand like Lu
7
each
110
Switcher for 220V. Specs , 3-phase 3x60 Amps, 25KA includes accessories for installation any brand like Biticino
2
each
111
Switcher for 220V. Specs 3-phase 3x60 Amps, 63KA includes accessories for installation any brand like Biticino
2
each
112
Switcher for 220V; 3-phase 3x100 Amps, 85KA includes supplies for installation any brand or similar to Bticino.
1
each
113
Switcher for 220V , single phase with breaking power of 10ka before a short circuit, Type of curve C, 35mm large capacity terminals, 2X32Amperios and 25KA, includes supplies for installation , any brand similar to Bticino.
4
each
114
Switcher for 220V, single phase with breaking power of 10ka before a short circuit, Type of curve C, 35mm large capacity terminals, 2X20Amperios and 25KA, includes supply and installation, Bticino brand or similar
1
each
115
Switcher for 220V, 3-phase 3x40 Amps, 25KA includes accessories for installation, Bticino brand or similar
2
each
116
Switcher for 220V, three-phase 3x50 Amps, 63KA includes supply and installation, Bticino brand or similar
1
each
117
Differential switch an electrical system, 25A, includes accessories for installation, Bticino brand or similar
1
each
118
Switcher to protect against short circuits and overloads in electricity consumption, three-phase 3x32 Amps, 25KA includes accessories for installation, Bticino brand or similar.
7
each
119
Switcher to protect against short circuits and overloads in electricity consumption, 3-phase 3x60 Amps, 63KA includes accessories for installation, Bticino brand or similar
3
each
120
Protection element against short circuits and overloads in electricity consumption, three-phase 3x20 Amps, 25KA includes supply and installation, Bticino brand or similar
4
each
Solicitation - 19PE5020Q0007, Page 9 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
121
Double switcher to protect against short circuits and overloads in electricity consumption,, Bticino brand or similar
1
each
122
Given changeover switch should include accessories for installation, Bticino brand or similar
9
each
123
Photoelectric sensor, specs: made for 2 or 4 wire systems, test button, False alarm filter, neutral white decorative design, includes supply and installation.
3
each
124
Smoke detector with beam projection, emitting and receiving unit on the same deck, “acclimate” self-adjusting sensitivity, automatic drift compensation and possibility of remote integral testing, similar to model sensor BEAM1224 or similar.
2
each
125
Universal double outlet plate with recessed earth, for internal use installations, maximum operating capacity 16A and a nominal voltage of 250V, in addition the 12AWG or 4mm gauge cable is used for installation, Bticino brand or similar
26
each
126
Universal double outlet plate with recessed earth, for internal use installations, maximum operating capacity 16A and a nominal voltage of 250V, in addition the 12AWG or 4mm gauge cable is used for installation, Bticino brand or similar
1
each
127
Double aluminum plate, resistant to high temperatures, impacts and high durability, ideal for switches, Bticino brand or similar.
27
each
128
Simple aluminum plate, resistant to high temperatures, impacts and high durability, ideal for switches, Bticino brand or similar.
4
each
129
Triple aluminum plate, resistant to high temperatures, impacts and high durability, ideal for switches, Bticino brand or similar.
1
each
130
Nylon rope, any color, 3/4 inches diameter, presentation per linear meter
20
each
131
Portable fire extinguisher, chemical powder type, red bright color, weight: 6Kg. It should come with its metal holder for installation.
2
each
132
AID complete Kit; containing: - 1 Surgical Gloves - 2 Elastic Bandages, - 3 Tape - 4 Liquid Soap - 5 Paracetamol- 6 Oxygenated Water- 7 Alcohol- 8 Cotton- 9 Arnica Tincture- 10 Scissors- 11 Sulfa- 12 Curita- 13 Gauze.
1
each
133
CO2 Fire Extinguisher 10 Pounds, Metal Valve, Aluminum Cylinders, Polyester Powder Paint, Durable High Gloss, Temperature Range from -22 ° F to 120 ° F, UL Certificate, Nature of Agent: Carbon Dioxide, Chemical Name: CO², Nominal percentage content of act
5
each
134
Signal to block road, type cone, made out of hard plastic material PVC, orange - polyvinyl, flexible to use in construction or blocking door in emergency.
4
each
135
Pole made out of any wood, size 0.75m wide x 1.20 m long to fence work area on site.
4
each
Solicitation - 19PE5020Q0007, Page 10 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
136
Informational security signal. Easy installation Made of adhesive paper. Signal visible in the dark. (see list of phrases attached to PR)
34
each
137
Safety poster with stops for signaling work according to project requirements during execution. (see list of phases attached in PR)
12
each
138
Yellow-Polyethylene Adhesive on Rolls Reflective to use in construction areas to block pedestrian and cars traffic. It comes in rolls of 400M
3
roll
139
The manual alarm button or manual station with key-based reset switch. Specs : generates an identifiable alarm status start signal that is sent to the fire alarm control panels, concurs with the BG-12LXSP complies with the mechanisms and controls guidelin
1
each
140
Octagonal galvanized iron box for general electrical installation. Specs : 100mmx40 mm, similar to Jormen or better brand.
12
each
141
Octagonal galvanized iron box with lid , size 100x40 mm, any brand.
14
each
142
Rectangular galvanized metal box to install various types of electrical outlets and switches, size : 100x55x50 mm, any brand or similar to Jormen brand.
47
each
143
Heavy square box with galvanized use for support for installing various types of electrical outlets and switches, also allows me to pass the cables and pipes in electrical connections, size : 100x100x40 mm, similar to brand jormen or superior brand.
26
each
144
Heavy square box with galvanized use for support for installing various types of electrical outlets and switches, also allows me to pass the cables and pipes in electrical connections, size : 100x100x50 mm, similar to brand jormen or superior brand.
6
each
145
Heavy square box with galvanized use for support for installing various types of electrical outlets and switches, also allows me to pass the cables and pipes in electrical connections, size 150mmx150mm x75 mm, similar to brand jormen or superior brand
9
each
146
Heavy square box with metallic finish of galvanized iron, for general installation, designed as the main support for installing various types of electrical outlets and switches, also allows me the passage of cables and pipes in electrical connections, dim
3
each
147
Box for sewer system and connection: specs : made out of Concrete or cement, size 30 cmts x60 ctms (12 "x24"). It should come with a lid and safety locker
3
each
148
Rectangular box with metallic finish of galvanized iron, for general installation, designed as the main support for installing various types of electrical outlets and switches, also allows me the passage of cables and pipes in electrical connections, dim
1
each
149
THW cable, 10 AWG gauge, PVC jacket, electric conductor consisting of 7 copper wires, Flame retardant, moisture, chemical and grease resistant, Indeco brand or similar
1
each
Solicitation - 19PE5020Q0007, Page 11 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
150
THW or TW cable, Caliber 14 AWG, PVC jacket, electric conductor consisting of 7 copper wires, Flame retardant, resistant to moisture, chemicals and grease, Indeco brand or similar
1
each
151
THW or TW cable, Caliber 4 AWG, PVC jacket, electric conductor consisting of 7 copper wires, Flame retardant, moisture, chemical and grease resistant, Indeco brand or similar
12
each
152
HALOGEN FREE CABLE 1x16MM2, LSOH-80, Soft temper electrolytic copper conductor, class 2 wiring according to IEC 60228 standard, Halogen-free thermoplastic insulation based on special polyolefins, colored for identification. Does not spread fire.
89
each
153
HALOGEN FREE CABLE 1x10MM2, LSOH-80, Soft temper electrolytic copper conductor, class 2 wiring according to IEC 60228 standard, Halogen-free thermoplastic insulation based on special polyolefins, colored for identification. Does not spread fire.
78
each
154
HALOGEN FREE CABLE 1x6MM2, LSOH-80, Soft tempered electrolytic copper conductor, class 2 wiring according to IEC 60228 standard, Halogen-free thermoplastic insulation based on special polyolefins, colored for identification. Does not spread fire.
1549
each
155
HALOGEN FREE CABLE 1x2.5MM2, LSOH-80, Soft tempered electrolytic copper conductor, class 2 wiring according to IEC 60228 standard, Halogen-free thermoplastic insulation based on special polyolefins, colored for identification. Does not spread fire.
632
each
156
HALOGEN FREE CABLE 1x4MM2, LSOH-80, Soft temper electrolytic copper conductor, class 2 wiring according to IEC 60228 standard, Halogen-free thermoplastic insulation based on special polyolefins, colored for identification. Does not spread fire.
43
each
157
FIRE CABLE FPLR AWG 18 SHIELDED 4 WIRE, Insulation of each conductor: PVC, black and red, 1 single pair, CU (100% copper), External insulation: PVC, red, 0.38 mm thick and 3, 94 mm diameter, 305 m reel roll, Apacom brand or similar
21
each
158
Conduit size : model 1x50MM; type N2XOH XLPE; made out of cooper. insulation material; brand or similar
93
each
159
Rechargeable emergency lamp and automatic ignition, with ON / OFF switch independent for each lamp and an LED charge indicator, in addition the lamps are movable and are suitable for fixing to the wall, Power Force brand or similar.
7
each
160
Base device for the installation of fluorescent bulbs, Socket designed for fluorescent, has polyurethane material, also has a base to place 1 starter, impact resistant.
1
each
161
Suspended luminaire, white circular section, with acrylic reflector, blue LED lamp 19796 Lumens, consumption: 154 W, color temperature: 5000 K, CRI> 80, EATON brand or similar.
14
each
Solicitation - 19PE5020Q0007, Page 12 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
162
Terraced luminaires color circular section, white, Led lamp DE 3517 Lumens, color temperature: 4000 K, CRI 80, 0-10 V, Brand: Eaton Lighting commercial halo or similar.
9
each
163
Decorative light fixture with diffuser in transparent tempered glass and matt aluminum reflector, with 1 LED lamp of 450 lumens each, color temp 4000 K, power 5.5 W, ILG brand or similar.
6
each
164
Alarm panel: 4-zone high-tech configurable through telephone device. Manual station: alarm activation device configured to the system. Siren strobe: sound and flash light device that alarms users, Model: Protec Fire, brand: Hagroy electronic or similar
1
each
165
Metal chain, 10 mm wide to support the installation of luminaries or fluorescent from the ceiling
28
each
166
Metal base to place an engine size 1 meter long by 1 meter wide
1
each
167
Bare Copper Conductor naked of electrolytic copper. 35 mm2, high corrosion r
96
each
168
Conduit tube size 3/4 in. wide type, galvanized steel material, Silver color, designed to protect electrical conductors against deterioration, it is also low or medium voltage conduction in hidden or visible electrical installations in industrial or und
509
meter
169
Conduit tube, diameter 1/2 inches wide made out of galvanized steel material, silver color, designed to protect electrical conductors against deterioration, it is also low or medium voltage conduction in hidden or visible electrical installations in indus
32
meter
170
Conduit tube, diameter 1 inches wide made out of galvanized steel material, silver color, designed to protect electrical conductors against deterioration, it is also low or medium voltage conduction in hidden or visible electrical installations in industr
206
meter
171
Perforated metal portable tray to hold electrical cables specs: metal of thickness A ° G = 1mm, includes holders supports width: 62 cm.
44
each
172
Metal tray to hold electrical cables under ground/floor Specs: made out of metal grade A ° G ° thickness = 1mm width: 30cm and thickness 1.5mm for widths: 30cm, 40cm, 50cm, 4 Cover fastening clips made of A ° G ° sheet thickness = 2mm
25
each
173
Copper cable to install earth dwell vertically. High conductivity electrode, dimensions or size: 18.50 mm x 2.40 m
15
each
174
Register box door dwell ground earth made of metal size 60X60CM, High durability. Insulating. Easy maintenance by the cover, Allows access to the electrode measurement.
15
each
175
Electronic Voltage Regulator of 10,000 VA / 10 KVA. Three phase and operating voltage 120V / 208 or 127V / 220 , model Vogar LAN-310.
1
each
Solicitation - 19PE5020Q0007, Page 13 of 31
-
Items Nro (a)
Supplies/Services
(b)
Quantity
(C)
Unit (d)
Unit Price
( e)
Amount
(f)
176
Drywall panel thickness: 10MM, dimensions: 1.22 X 2.44M, Ideal for wall tiles, walls, ceilings, ceilings and in general in the construction of any type of residential, commercial and industrial building
10
each
177
Copper connector type Bolt for dwell ground; specs: 3/4 inches material : copper that provides a low resistance connection, designed to adjust the rod with the electric conductor, can also withstand electrical fault current.
45
each
178
Connector for conduit tube of 3/4 size, made of galvanized steel, for electrical connections.
269
each
179
Connector for conduit tube of 1/2 size, made of galvanized steel, for electrical connections.
24
each
180
Connector for conduit tube of 1 inches size, made of galvanized steel, for electrical connections.
45
each
181
METAL DISC 14 "FOR CONCRETE, Specially designed to cut ceramic, tile, tile, marble, brick, tiles and granite. Disc for dry use. Ideal for fine cutting, giving a better finish. Lasts up to 100 times longer than the discs traditional abrasives, Bosh brand o
1
each
182
Siren strobe with ABS housing, has standard mounting for electrical box, also has an impact resistance, voltage: 12V, Hagroy Brand or similar.
1
each
183
Bentonite Sodium 30 kg Earth Gel, Ecological 100% pure, non-toxic, non-flammable, for earth dwells.
120
kilogram
184
Galvanized metal frame upright support size 89mm X39 mmX3M to install with drywall panels. It should bring its accessories
26
each
185
Metal rail for installation on the floor, dimensions: 90mm X 25mm, Length: 3.00m. It should include accessories for installation.
6
each
186 Spry paint, size 400ML, red color. 1 each
187 Rope to use in demarcation geographically in construction projects. (it's called: pavilllo)
29
each
Sub total Shipment to project site VAT (if applicable) Grand Total
Solicitation - 19PE5020Q0007, Page 14 of 31
-
Proposed construction materials shall meet or exceed the salient characteristics described above and shall honor with its standard warranty in Peru, it shall be cited on vendor’s quotation. All materials shall be delivered within 90 calendar days after receipt of order (ARO), partial delivery is acceptable and shall not go beyond the 90 day window period. Offerors are warned against contacting any INL personnel other than the Contracting/procurement prior to award of the Contract resulting from this RFQ. If such a contact occurs and found to be prejudicial to competing vendors, the vendor making such a contact may be excluded from award consideration. Answers to inquiries/questions, if given, shall be provided in writing to all vendors being solicited. No information concerning this RFQ shall be provided in response to telephone calls. All such requests must be submitted in writing. Written questions relating to this RFQ shall be accepted through 4:00 P.M. (local Lima time) on December 16, 2019. Any communications in reference to this RFQ shall cite the reference section title and page number, and submitted following to Saul E Espinoza, Procurement Specialist: [email protected] This will be a firm-fixed price, single award, items shall meet the minimum specifications in the line item. No additional sums will be payable on account of any escalation in the cost of materials, equipment or labor, or because of the Contractor’s failure to properly estimate or accurately predict these prices or difficulty of achieving the results required by this contract. Nor will the contract price be adjusted on account of fluctuations in the currency exchange rates. One quotation shall be accepted Delivery of items: All materials shall be delivered at Puente Piedra PNP School, located in Pan-Americana kilometer 20 Norte, Puente Piedra district, Lima. QUOTE/PROPOSAL SUBMISSION Quotes submitted in response to this RFQ shall include the following information: – Price: Firm fixed prices for all offered items and services (identify any discounts offered) shall be included on the Price List. Lead-time for delivery – Description: Description/nomenclature of the item being quoted; product literature may be provided. Quotation must demonstrate compliance with all required features and specifications as outlined in the RFQ. Also include description of warranty terms, special features or value-added items and services, and any non-contract items (i.e. open market items). – DUNS and SAM: Include DUNS number and statement that the vendor is registered in SAM as appropriate business type. – Certifications: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the SAM web site (sam.gov). – Contractors shall not submit, nor shall the Government accept or evaluate, multiple proposals offering alternative solutions. Contractors shall not submit, nor shall the Government accept or evaluate, multiple solutions within one proposal. – Past Performance: A list of contracts within the last two (2) years for the provision of comparable requirements to federal or commercial customers. The list shall include contact information (name, organization, email, and phone) and limited to no more than five (5) references.
Solicitation - 19PE5020Q0007, Page 15 of 31
mailto:[email protected]
-
All Quotes must be valid for 60 days from the closing date for this solicitation. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. SHIPPING INSTRUCTIONS FOR U.S. VENDORS:
a. Prices shall be quoted delivery at place (DAP). Partial shipments are not authorized.
b. Vendor shall attach a copy of the Order; copy of commercial invoice; accurate/complete packing lists, and contact information (telephone, fax, and e-mail, etc.) to each box/item to allow proper identification including the following reference: Contract Number or DO/PO number and PR number
c. Shipping instructions
a. Partial shipments are accepted only if authorized by INL with prior notice. b. Vendor shall attach a copy of the Order; copy of commercial invoice; accurate/complete packing lists, and contact information (telephone, fax, and e-mail, etc.) to each box/item to allow proper identification including the following reference: Contract Number or DO number and PR number Official consignee for the counter narcotics agreement at INL Peru for shipments coming from outside the United States: Consignee: US EMBASSY- INL- NARCOTICS AFFAIRS Address: Ala Aerea No. 2, Base Aerea, Callao, Peru Contact Information: Ana Vizcardo E-mai I : [email protected] Direct Phone: 618 2817 All cargo coming from outside the United States should be ship as direct shipment from origin to final destination NL LIMA. Copy of the commercial invoice, detailed packing list showing description of the item (s), part number and/or serial number, quantity, unit price, number of boxes , measurement and weight per box, and AWB/ BL is requested to be emailed [email protected] prior to shipment for the final OK. All boxes should be mark with the PO number or contract number resulting from this solicitation. Important: all items shall be packaged for export (certified wood crating) in compliance with current USG export regulation. Procurement Agent e mail with copy to [email protected] or fax to: Fax # (511) 618-2279 Confirmation will include the following: U.S.G. P.O. number TBD Departure Date: Freight Company Name with Tracking #
Solicitation - 19PE5020Q0007, Page 16 of 31
mailto:[email protected]
-
Total Number of Items. Total Weight. g. Packing list, copy of invoice and any other pertinent documents and/or certificates. i. "Important: all items shall be packaged for export “wood crating” in compliance with current USG export regulation”. BILLING INSTRUCTIONS - Invoices should be properly identified with Embassy’s delivery Order number, supported by any prepaid shipping. Invoices should be sent electronically to the following billing address: [email protected] FMO/DBO - PURCHASE ORDER /ORDER# PAYMENT TERMS – Net 30 days, “Prompt Payment Act” established procedures and may be only initiated when a receiving report is issued by INL Logistics Warehouse in Lima, Peru. Please contact the Embassy Billing Office at [email protected] with any billing or payment questions. If you have any problem in complying with the instructions indicated hereon, please do not hesitate to contact us at (511) 618-2160, e-mail: [email protected] (Saul Espinoza), INL/Procurement, Lima, Peru. Your cooperation will be greatly appreciated in complying with the instructions hereby indicated. Caution Notice: If/when vendor fails to follow the shipping instructions and guidance, any additional expenses incurred by the USG due to that mistake shall be paid by the Vendor (e.g. to be deducted from the Invoice, etc.). For local vendors Value added tax (VAT) shall be quoted separately. Delivery shall take place in the INL Section Warehouse Av. Elmer Faucett cdra 40S / N , Base FAP - Callao. PAYMENT TERMS: Net 30 days, upon satisfactory receipt of goods or provision of services and receipt of an accurate invoice.
Solicitation - 19PE5020Q0007, Page 17 of 31
mailto:[email protected]
-
SECTION 2 – INSTRUCTIONS TO OFFEROR AND FAR CLAUSES 52.212-1 Instructions to Offerors—Commercial Items.
As prescribed in 12.301(b)(1), insert the following provision:
INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS (JAN 2017)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.
Solicitation - 19PE5020Q0007, Page 18 of 31
https://www.acquisition.gov/sites/default/files/current/far/html/Subpart%2012_3.html#wp1084399https://www.acquisition.gov/sites/default/files/current/far/html/Subpart%2012_3.html#wp1084399https://www.acquisition.gov/sites/default/files/current/far/html/FormsStandard67.html#wp1189284https://www.acquisition.gov/sites/default/files/current/far/html/FormsStandard67.html#wp1189284https://www.acquisition.gov/sites/default/files/current/far/html/FormsStandard67.html#wp1189284https://www.acquisition.gov/sites/default/files/current/far/html/FormsStandard67.html#wp1189284https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194https://www.acquisition.gov/sites/default/files/current/far/html/FormsStandard67.html#wp1189284https://www.acquisition.gov/sites/default/files/current/far/html/FormsStandard67.html#wp1189284
-
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
Solicitation - 19PE5020Q0007, Page 19 of 31
-
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to—
GSA Federal Supply Service Specifications Section Suite 8100 470 East L’Enfant Plaza, SW Washington, DC 20407
Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by—
Solicitation - 19PE5020Q0007, Page 20 of 31
https://assist.dla.mil/online/start/https://assist.dla.mil/online/start/http://quicksearch.dla.mil/http://quicksearch.dla.mil/http://assistdocs.com/http://assistdocs.com/
-
(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “Unique Entity Identifier” followed by the unique entity identifier that identifies the Offeror’s name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.
(End of provision)
Solicitation - 19PE5020Q0007, Page 21 of 31
https://assist.dla.mil/wizard/index.cfmhttps://assist.dla.mil/wizard/index.cfmhttps://www.acquisition.gov/sites/default/files/current/far/html/Subpart%2032_11.html#wp1043964https://www.acquisition.gov/sites/default/files/current/far/html/Subpart%2032_11.html#wp1043964https://www.acquisition.gov/sites/default/files/current/far/html/www.sam.govhttps://www.acquisition.gov/sites/default/files/current/far/html/www.sam.govhttps://www.acquisition.gov/sites/default/files/current/far/html/www.sam.govhttps://www.acquisition.gov/sites/default/files/current/far/html/www.sam.govhttps://www.acquisition.gov/https://www.acquisition.gov/
-
CLAUSES FOR PURCHASE ORDERS AND BLANKET PURCHASE AGREEMENTS AWARDED BY OVERSEAS CONTRACTING ACTIVITIES
(Current thru FAC 2019-03, dated 05/06/2019)
COMMERCIAL ITEMS FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998) This purchase order or BPA incorporates the following clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) CLAUSES
NUMBER TITLE DATE 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel (if
contractor requires physical access to a federally-controlled facility or access to a Federal information system)
JAN 2011
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
OCT 2018
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
JUL 2016
52.212-4 Contract Terms and Conditions – Commercial Items (Alternate I (MAY 2014) of 52.212-4 applies if the order is time-and-materials or labor-hour)
OCT 2018
52.225-19 Contractor Personnel in a Diplomatic or Consular Mission Outside the United States (applies to services at danger pay posts only)
MAR 2008
52.227-19 Commercial Computer Software License (if order is for software)
DEC 2007
52.228-3 Workers’ Compensation Insurance (Defense Base Act) (if order is for services and contractor employees are covered by Defense Base Act insurance)
JUL 2014
52.228-4 Workers’ Compensation and War-Hazard Insurance (if order is for services and contractor employees are not covered by Defense Base Act insurance)
APR 1984
Solicitation - 19PE5020Q0007, Page 22 of 31
https://www.acquisition.gov/farhttp://www.statebuy.state.gov/dosar/dosartoc.htm
-
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAY 2019)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(4) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws
108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the
Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.] _ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). _ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). _ (5) [Reserved]. _ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
Solicitation - 19PE5020Q0007, Page 23 of 31
https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i52_203-19https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#id189A70O0P1Nhttps://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1062680https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1048661http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1048698http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1063319http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1063504http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1063607https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1064087http://uscode.house.gov/view.xhtml?req=granuleid:USC-prelim-title31-section6101&num=0&edition=prelimhttps://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1064214https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1064243https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1062590http://uscode.house.gov/view.xhtml?req=granuleid:USC-prelim-title31-section6101&num=0&edition=prelim
-
_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). _ (10) [Reserved]. _ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C.657a). _ (ii) Alternate I (Nov 2011) of 52.219-3. _ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _ (ii) Alternate I (Jan 2011) of 52.219-4. _ (13) [Reserved] _ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644). _ (ii) Alternate I (Nov 2011). _ (iii) Alternate II (Nov 2011). (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). _ (ii) Alternate I (Oct 1995) of 52.219-7. _ (iii) Alternate II (Mar 2004) of 52.219-7. _ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). _ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4)) _ (ii) Alternate I (Jan 2017) of 52.219-9. _ (iii) Alternate II (Nov 2016) of 52.219-9. _ (iv) Alternate III (Nov 2016) of 52.219-9. _ (v) Alternate IV (Aug 2018) of 52.219-9 _ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C.637(a)(14)). _ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). _ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). _ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
Solicitation - 19PE5020Q0007, Page 24 of 31
https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1062651http://uscode.house.gov/view.xhtml?req=granuleid:USC-prelim-title41-section2313&num=0&edition=prelimhttps://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057314http://uscode.house.gov/view.xhtml?req=granuleid:USC-prelim-title15-section637a&num=0&edition=prelimhttps://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057314https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057352http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057352https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057393http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057419http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057419https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057419https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i52_219-8http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i52_219-9http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i52_219-9https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i52_219-9https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i52_219-9https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i52_219-9https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057715http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057730http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057758http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057823http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057874http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057902http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1057947http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3
-
_ (25) 52.222-3, Convict Labor (June 2003) (E.O.11755). _x (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126). _ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). Alternate I (Feb 1999) of 52.222-26. _ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _ (ii) Alternate I (July 2014) of 52.222-35. _ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793). _ (ii) Alternate I (July 2014) of 52.222-36. _ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _x (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). _ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). _ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) _ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acqu _ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). _ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun2016) (E.O. 13693). _ (38) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). _ (ii) Alternate I (Oct 2015) of 52.223-13. _ (39) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). Alternate I (Jun 2014) of 52.223-14. _ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). _ (41) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). _ (ii) Alternate I (Jun 2014) of 52.223-16.
Solicitation - 19PE5020Q0007, Page 25 of 31
https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1055332https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1055664https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1055713https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1055793https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1055793https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1056230http://uscode.house.gov/view.xhtml?req=granuleid:USC-prelim-title38-section4212&num=0&edition=prelimhttps://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1056230https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1056250http://uscode.house.gov/view.xhtml?req=granuleid:USC-prelim-title29-section793&num=0&edition=prelimhttps://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1056250https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1056265http://uscode.house.gov/view.xhtml?req=granuleid:USC-prelim-title38-section4212&num=0&edition=prelimhttps://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1056304https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1056535http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1056535http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1056753https://www.acquisition.gov/content/part-22-application-labor-laws-government-acquisitions#i1095479https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053138http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053138http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053180https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053196https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053207https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053207https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053232https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053232https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053246http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053274https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053274
-
_x (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). _ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). _ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693). _ (45) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). Alternate I (Jan 2017) of 52.224-3. _ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). _ (47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. _ (ii) Alternate I (May 2014) of 52.225-3. _ (iii) Alternate II (May 2014) of 52.225-3. _ (iv) Alternate III (May 2014) of 52.225-3. _ (48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note). _x (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). _ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). _ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). _x (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)). _ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)). x_ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). _ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332). _ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332). _ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). _ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)). _ (60) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). _ (ii) Alternate I (Apr 2003) of 52.247-64.
Solicitation - 19PE5020Q0007, Page 26 of 31
https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053316https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i52_223_20https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#id1668D08086Fhttps://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i52_224_3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i52_224_3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053372http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053446http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053446https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053446https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053446https://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1053648http://uscode.house.gov/view.xhtml?req=granuleid:USC-prelim-title19-section2501&num=0&edition=prelimhttp://uscode.house.gov/view.xhtml?req=granuleid:USC-prelim-title19-section3301&num=0&edition=prelimhttps://www.acquisition.gov/content/part-52-solicitation-provisions-and-contract-clauses#i1054249https://www.acquisition.gov/content/part-52-solicitation-provisions-and-co