+ All Categories
Home > Documents > Embassy of the United States of America · Janina M de Rengifo Email: [email protected] . REQUEST...

Embassy of the United States of America · Janina M de Rengifo Email: [email protected] . REQUEST...

Date post: 28-Feb-2021
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
18
Embassy of the United States of America GSO/Procurement Office Antiguo Cuscatlan, July 20, 2017. To: Prospective Quoters Subject: Request for Quotation No . SES60017Q0083 The Embassy of the United States of America has a requirement for a contractor to present a quotation for the Production and Placement of Billboards, as per described in Attachment A. The Request for Proposal (RFP) consists of the following sections: 1. Standard Form SF-18 2. Attachment A - Specifications 3. Late quotation rules and evaluation method The Embassy plans to award a Purchase Order. You are encouraged to make your quotation competitive. You are also cautioned against any collusion with other potential offerors with regard to price quotations to be submitted. The RFQ does not commit the American Embassy to make any award. The Embassy may cancel this RFQ or any part of it. Please read the RFP carefully and if you are interested, submit your quotation via e-mail to [email protected] including the completed SF-18 by on or before 11:00 on Monday, July 31 , 2017. No oral quotations will be accepted. Enclosure: As Stated Sincerely, Debra L. Shea Contracting Officer
Transcript
Page 1: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

Embassy of the United States of America

GSO/Procurement Office

Antiguo Cuscatlan, July 20, 2017.

To : Prospective Quoters

Subject: Request for Quotation No. SES60017Q0083

The Embassy of the United States of America has a requirement for a contractor to present a quotation for the Production and Placement of Billboards, as per described in Attachment A. The Request for Proposal (RFP) consists of the following sections:

1. Standard Form SF-18 2. Attachment A - Specifications 3. Late quotation rules and evaluation method

The Embassy plans to award a Purchase Order. You are encouraged to make your quotation competitive. You are also cautioned against any collusion with other potential offerors with regard to price quotations to be submitted. The RFQ does not commit the American Embassy to make any award. The Embassy may cancel this RFQ or any part of it.

Please read the RFP carefully and if you are interested, submit your quotation via e-mail to [email protected] including the completed SF-18 by on or before 11:00 on Monday, July 31 , 2017. No oral quotations will be accepted.

Enclosure: As Stated

Sincerely,

Debra L. Shea Contracting Officer

Page 2: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

Solicitation Number SES60017Q0083

The American Embassy in San Salvador invites you to submit a quotation for the Production and Placement of Billboards, as per described in Attachment A.

Submit your quotation via e-mail to Janina de Rengifo, [email protected] on or before 11 :00 on Monday, July 31 , 2017. No proposal will be accepted after this time.

In order for a proposal to be considered, you must complete and submit the attached SF-18.

Please address any questions to: Janina M de Rengifo Email: [email protected]

Page 3: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

Solicitation Number SES60017Q0083

The American Embassy in San Salvador invites you to submit a quotation for the Production and Placement of Billboards, as per described in Attachment A.

Submit your quotation via e-mail to Janina de Rengifo, [email protected] on or before 11 :00 on Monday, July 31 , 2017. No proposal will be accepted after this time.

In order for a proposal to be considered, you must complete and submit the attached SF-18.

Please address any questions to : Janina M de Rengifo Email: [email protected]

Page 4: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS- PAGE r F

1

PAGES

(THIS IS NOT AN ORDER) SMALL PURCH ASE SET-ASID E (52.2 19-4) 1 I 17 I

I. REQUEST NO. , 2. DATE ISSUED , 3. REQUISITION/PURCHASE REQUEST NO. 4. CERT. FOR NAT. DEF. RATING

SES60017Q0083 07/20/2017 PR6476621 UNDER BOSA REG. 2 AND/OR OMS REG. I

5A. ISSUED BY General Services Office, American Embassy San Salvador 6. DELIVER BY (Date)

58. FOR INFORMATION CALL: (Name and telephone 110.) (No collect calls 7. DELIVERY

NAME TELEPHONE NUMBER x FOB DESTINATION OTHER (See Schedule)

Jan ina M. de Rengifo [email protected] AREA CODE NUMBER

2501-2462 8. TO: 9. DESTINATION

a. NAME b. COMPANY a. NAME OF CONS IGNEE

American Embassy San Salvador

c. STREET ADDRESS b. STREET ADDRESS

Final Blvd. Santa Elena, Antiguo Cuscatlan

d. CITY e. STATE f. ZIP CODE c. CITY

La Libertad

d. STATE I e. ZIP CODE

10. PLEASE FURNISH QUOTATIONS TO THE IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so ISSUING OFFICE IN BLOCK 5A 0 OR indicate on this fonn and return it to the address in Block SA. TI1is request does not commit the Government to pay any costs BEFORE CLOSE OF BUSINESS (Date) incurred in the preparation of the submiss ion of this quotation or to contract for supplies or services. Supplies are of domestic origin 07/31/2017 @ 11:00am unless otheiw ise indicated by quoter. Any representations and/or certificat ions attached to this Request for Quotations must be

co mpleted by the quoter

11 . SC H EDULE (Include applicable Federal, State and local taxes)

ITEM NO. SUPPLI ES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

(a) (b) (c) (d) (e) (f)

1 PRODUCTION AND PLACEMENT OF 1 LUMP SUM $ BILLBOARDS

AS PER ATTACHED SCOPE OF WORK.

TOTAL $

a. l 0 CALENDAR DA VS b. 20 CALENDAR c. 30 CALENDAR DAYS d. CALENDAR DA VS 12 DISCOUNT FOR PROMPT PAYMENT

% DAYS % 1% NUMBER %

NOTE: Additional provis ions and representations [] are [ ] are not attached .

13 NAME AND ADDRESS OF QUOTER 14 SIGNATURE OF PERSON AUTHORIZED TO 15 DATE OF QUOTATION SIGN QUOTATION

a. NAME OF QUOTER

b. STREET ADDRESS 16. SIGNER

c. COUNTY a. NAME (Type or print) b. TELEPHONE

d. CITY

I e. STATE

I f. ZIPCODE c. T ITLE (Type or print) AREA CODE

NUMBER

STANDARD FORM 18

Page 5: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

STATEMENT OF WORK

Part 1

General Information

1. GENERAL: This is a contract to provide production and installation of fifteen (15) Billboard products to support the Bureau of International Narcotics and Law Enforcement Affairs (INL) and the Policia National Civil (PNC) . The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in tum is responsible to the Government.

1.1 INTRODUCTION: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform print production support as defined in this Scope of Work except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract.

2. PERIOD OF PERFORMANCE:

2.1 The period of performance will be for a period of 6 months beginning on the day of the installation of the 15111 Billboard. The Contractor shall produce, deliver, and install all material requested within the times specified by the INL, tentatively within 15 calendar days after the awarding of the contract or on a date chosen by the INL not to be later than 15 August 201 7. Exact date for installation of billboards will be communicated by INL following production of final products.

3. SCOPE-DESCRIPTION OF REQUIREMENTS AND QUANTITIES:

3.1 BASIC REQUIREMENT: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to produce, edit, distribute/deliver, install, and maintain 15 billboards within the locations provided below. The Contractor shall be able to print the single themed images in full color provided below no less than 4 feet by 8 feet in size. A delivery report shall be provided to the INL for approval of the installation locations prior to installation of any billboard. The 4 images to be printed, produced, and installed on the billboards will be provided to the Contractor after the contract is awarded.

3 .1.1 SPECIFIC REQUIREMENT 1: The Contractor shall provide a timeline for installation of the billboards in a DELIVERY REPORT to INL for approval. The DELIVERY REPORT shall include the beginning and completion dates for the installation of each of the 15 billboards, and the specific installation locations designating the road in which it is located, and the distance and direction to the closest intersection.

Page 6: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

3.1 .2 SPECIFIC REQUIRMENT 2: The Contractor shall produce and present the DELIVERY REPORT to the INL at [email protected] within 7 calendar days after the contract is awarded.

3 .1.3 SPECIFIC REQUIREMENT 3: The Contractor shall produce and install the fo llowing designated 4 images on a total of 15 billboards (the images shall be divided by the following: image # 1 x 4 billboards, image # 2 x 4 billboards, image# 3 x 4, image #4 x 3 billboards) in the following respective locations, no later than 30 calendar days after award of the contract unless an agreement with the INL stating otherwise has been made in writing.

Provided numbered images:

Image# 1 Below (4 billboards)

Image# 2 Below (4 billboards)

Page 7: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

Image# 3 Below (4 billboards)

Image# 4 Below (4 billboards)

3.1.4 SPECIFIC REQUIREMENT 4: The Contractor shall agree to adapt the size of the billboard image to the size of the billboard stand without having to alter the quality of the image itself.

3.1.5 SPECIFIC REQUIRMENT 5: The Contractor shall ensure that the material in which the image is printed is weather resistant and will endure 12 months of exposure to the outside elements.

3 .1.6 SPECIFIC REQUIREMENT 6: The Contractor shall begin installation of the billboards only after receiving written approval of the delivery schedule, from an authorized INL representative.

Page 8: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

3.1.7 SPECIFIC REQUIREMENT 7: The Contractor shall provide proof of installation in an INSTALLATION REPORT of all 15 billboards to INL at [email protected] within 5 calendar days after all billboard images are installed.

3.1.8 SPECIFIC REQUIREMENT 8: The Contractor shall include in the INSTALLATION REPORT photographs displaying the proper image on each billboard, and their locations designating the road or intersection in which it is located, and the distance and direction to the closest intersection.

3.1.9 SPECIFIC REQUIREMENT 9: The Contractor shall not modify any billboard product design/image or the dissemination/installation location once approved by the INL without prior written agreement from the INL.

3.1.10 SPECIFIC REQUIREMENT 10: In the event that there are any discrepancies with the quality, improper sizing of the images, or location after installation, the Contractor shall correct those discrepancies, at the Contractor' s expense, within 14 calendar days of email notification from INL.

3.1.11 SPECIFIC REQUIREMENT 11 : The Contractor shall maintain the structure holding the billboard image in good working order to ensure the image is always visible.

3.1.12 SPECIFIC REQUIREMENT 12: The Contractor, at its own expense, shall fix or repair any damages or visual impediments to the image that diminishes at least 10% of the image's readability.

3 .1.13 SPECIFIC REQUIREMENT 13: The Contractor shall change the location of the billboard image in the event that the billboard and its image become obscured by a condition that cannot be remedied by the Contractor. Prior to the change of a billboard location, the Contractor shall notify the INL via email of the change and provide new location/installation options for INL approval.

4. LOCATION INFORMATION

4.1 SPECIFIC REQUIREMENT 1: The Contractor shall provide billboard space on Autopista Comalapa between Calle El Salamar and the entrance to El Salvador International Airport Oscar Arnulfo Romero. This billboard must be in the median of Autopista Comalapa. This billboard will be illuminated during hours of darkness. The billboard must be facing away from the airport so that it is viewable by persons traveling on Autopista Comalapa towards the airport. This billboard will use image #1 .

4.2 SPECIFIC REQUIREMENT 2: The Contractor shall provide billboard space on Autopista Comalapa between Calle El Salamar and the entrance to El Salvador International Airport Oscar

Page 9: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

Arnulfo Romero. This billboard must be in the median of Autopista Comalapa. This billboard will be illuminated during hours of darkness. The billboard must be facing towards from the airport so that it is viewable by persons traveling on Autopista Comalapa away the airport. This billboard will use image #4.

4.3 SPECIFIC REQUIREMENT 3: The Contractor shall provide billboard space on Carretera Panamericana at Plaza del Soldado Salvadoreno at the merge onto Blvd Monsenor Romero headed towards the Airport. Billboard must be on the right side of the road, illuminated during hours of darkness, and elevated so that it is visible to vehicle and foot traffic on both Carretera Americana and Blvd Monsenor Romero. This billboard must not be obstructed by any natural and/or manrnade objects. This billboard will use image #1.

4.4 SPECIFIC REQUIREMENT 4: The Contractor shall provide billboard space on 49 Avenue South, between Estadio Nacional Jorge "El Magico" Gonzalez and Centro Comercial Metro Centro. Billboard will be viewable to vehicle and foot traffic traveling on 49 A venue South in a north direction of travel. This billboard must be illuminated during hours of darkness. This billboard must be elevated and viewable, unobstructed, by any natural and/or manrnade objects. This billboard will use image #1.

4.5 SPECIFIC REQUIREMENT 5: The Contractor shall provide billboard space on Autopista de Oro in Soyapango not before Stadium Complejo Deportivo Plaza Espana towards San Salvador, but not more than 2500 meters beyond the stadium travelling east on Autopista de Oro. This billboard must be illuminated during hours of darkness . This billboard must be elevated and viewable, unobstructed, by any natural and/or manrnade objects. This billboard will use image #1,

4.6 SPECIFIC REQUIREMENT 6: The Contractor shall provide billboard space on Blvd del Ejercito Nacional between Plaza Mundo and Club de Aeronautica Civil. Billboard will be viewable to vehicle and foot traffic traveling on Blvd del Ejercito Nacional in an eastern direction of travel. This billboard must be illuminated during hours of darkness. This billboard must be elevated and viewable, unobstructed, by any natural and/or manrnade objects. This billboard will use image #2.

4.7 SPECIFIC REQUIREMENT 7: The Contractor shall provide billboard space on Prolongacion Alameda Juan Pablo Segundo between 75 Avenida Norte and Blvd Constitucion. This billboard must be viewable to vehicle and foot traffic traveling on Prolongacion Alameda Juan Pablo Segundo in a western direction of travel. This billboard must be illuminated during hours of darkness. This billboard must be elevated and viewable, unobstructed, by any natural and/or manrnade objects. This billboard will use image #2.

4.8 SPECIFIC REQUIREMENT 8: The Contractor shall provide billboard space in Santa Ana within 600 meters of the center of the city coming from San Salvador using Calle Antigua a San Salvador. This billboard must be viewable to vehicle and foot traffic traveling in a northern direction and must be before arriving at the traffic circle where Calle Antigua a San Salvador, Blvd Los 44, CA 12 Norte, 25 Ave South, and Diagonal David Granadino converge. This

Page 10: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

billboard must be illuminated during hours of darkness . This billboard must be elevated and viewable, unobstructed, by any natural and/or manmade objects. This billboard will use image #2.

4.9 SPECIFIC REQUIREMENT 9: The Contractor shall provide billboard space in San Miguel on Carretera Panamericana. This billboard must be viewable to foot and vehicle traffic traveling in a southern direction of travel. This billboard will be between Calle La Paz and Calle Los Maristas near Stadium Felix Charlaix. This billboard must be illuminated during hours of darkness. This billboard must be elevated and viewable, unobstructed, by any natural and/or manmade objects. This billboard will use image #2.

4.10 SPECIFIC REQUIREMENT 10: The Contractor shall provide billboard space in San Miguel on Carretera Panamericana. This billboard must be viewable to foot and vehicle traffic traveling in a northern direction of travel ifthe board is mounted north of Hospital ISSS de San Miguel, but must be viewable to foot and vehicle traffic traveling in a north western direction of travel if the board is mounted south of Hospital ISSS de San Miguel. This billboard will be mounted between Stadium Felix Charlaix and Metrocentro San Miguel. This billboard must be illuminated during hours of darkness. This billboard must be elevated and viewable, unobstructed, by any natural and/or manmade objects. This billboard will use image #3 .

4.11 SPECIFIC REQUIREMENT 11: The Contractor shall provide billboard space on Alameda Juan Pablo Segundo within 300m and in line of sight of the Sistramss Station Reloj de Flores. This billboard must be illuminated during hours of darkness. This billboard must be elevated and viewable, unobstructed, by any natural and/or manmade objects. This billboard will use image #3 .

4.12 SPECIFIC REQUIREMENT 12: The Contractor shall provide billboard space in Usulutan on CA-2E. This billboard will be viewable to foot and vehicle traffic travelling in a western direction of travel. This billboard will be mounted within 300m of Hospital Nacional San Pedro and west of Hospital Nacional San Pedro. This billboard must be illuminated during hours of darkness. This billboard must be elevated and viewable, unobstructed, by any natural and/or manmade objects. This billboard will use image #3.

4.13 SPECIFIC REQUIREMENT 13: The Contractor shall provide billboard space on 4a Ave Sur in Santa Elena. This billboard must be viewable to vehicle and foot traffic traveling on 4a Ave Sur in a southern direction of travel. This billboard must be mounted south of and within lOOOm of Shopping Mall COAR-HZ S.A de C.v (13.377798, -88.410350). This billboard must be illuminated during hours of darkness. This billboard must be elevated and viewable, unobstructed, by any natural and/or manmade objects. This billboard will use image #3.

Page 11: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

4.14 SPECIFIC REQUIREMENT 14: The Contractor shall provide billboard space on CA-8W in La Libertad department. This billboard must be viewable to vehicle and foot traffic traveling on CA-8W in an eastern direction of travel. This billboard must be mounted within 3km of the Sonsanate department border. This billboard must be illuminated during hours of darkness. This billboard must be elevated and viewable, unobstructed, by any natural and/or manrnade objects. This billboard will use image #4.

4.15 SPECIFIC REQUIREMENT 15: The Contractor shall provide billboard space in Mejicanos on Blvd Constitucion. This billboard must be viewable to vehicle and foot traffic traveling on Blvd Constitucion in a northern direction of travel. This billboard will be mounted between Calle Antigua Zcamil and Calle Barcelona. This billboard must be illuminated during hours of darkness. This billboard must be elevated and viewable, unobstructed, by any natural and/or manrnade objects. This billboard will use image #4.

5. DELIVERY INFORMATION

5.1 The Contractor shall allocate and provide all services and resources necessary to effectively begin on time the production and installation of the billboards based on the DELIVERY REPORT provided to and approved by INL.

5.2 In the event the Contractor foresees it will be unable to deliver the products or services according to the INL approved DELIVERY REPORT, the Contractor shall notify and provide the INL with a REVISED OR UPDATED DELIVERY REPORT for approval, with revised installation dates not to exceed 7 calendar days past the original delivery/installation dates approved by INL.

PAYMENT: Net-30 days after receiving order at delivery address

IMPORTANT NOTE: In order to be eligible for award, vendors must be registered in the US Government System for Award Management (SAM). Please visit this for our QUICK GUIDE FOR CONTRACTOR REGISTRATION:

http ://usaid I eaminglab. org/ sites/ default/files/resource/files/Presentation 4 Screenc ast 2 Sp.pdf (SAMS in Spanish)

http://usaidleaminglab.org/sites/default/files/resource/files/Presentation 1 Screenc ast I Sp.pdf

Page 12: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

(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) .:;2 209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (2) .:;'"> 233 ), Protest After Award (AUG 1996) (1 1 L .<., ( 355]). (3) ~-., '">)_3-4, Applicable Law for Breach of Contract Claim (0CT2004)(Public Laws 108-77 and 108-78 (19 L_,_<.,._( )'\()~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 oflaw or Executive orders applicable to acquisitions of commercial items:

[Contracting Officer check as appropriate.]

_ (1) 52.20)-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) ( 41 l ~ ( . -l 704 and I 0 L S.( _402). _ (2) 52.201 I ), Contractor Code of Business Ethics and Conduct (Oct 2015) (-+I l . ~.C. 1509)). _ (3) 51 JOJ-1 \ Whistleblower Protections under the American Recovery and Reinvestment Act of2009 (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 2016) (Pub. L. 109-282) C~I l S.(. 6101 note). _ (5) [Reserved]. _ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _ (7) )2.204-1.) , Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _ (8) ~-.I '09 6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). _ (9) 52 .f09-9, Updates of Publicly Available Infonnation Regarding Responsibility Matters (Jul 2013) (41U.S.C.2313). _ (10) [Reserved]. _ (1 l)(i) 52 '19 -' , Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) ( 15 L SC 657a). _ (ii) Alternate I (Nov 2011) of 52.219 ) . _ (12)(i) ~2 21 <>--+,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) ( I~ L S.(. 65dt). _ (ii) Alternate I (JAN 2011) of 52.219--t . _ (13) [Reserved] _ (14)(i) ~2 219 6, Notice ofTotal Small Business Set-Aside (Nov 2011) ( I" l'.S C. 644). _ (ii) Alternate I (Nov 2011). _ (iii) Alternate II (Nov 2011). _ (15)(i) 52 21 <> 7 , Notice of Partial Small Business Set-Aside (June 2003) ( I) l .S.('. 6-t4). _ (ii) Alternate I (Oct 1995) of )2 219 - .

Page 13: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

_ (iii) Alternate II (Mar 2004) of 52.219 7. _ (16) 52.219 ~ ' Utilization of Small Business Concerns (Nov 2016) ( 15 L'.S.C. (,37(d)(2)and (3)) . _ (17)(i) 52.219-9, Small Business Subcontracting Plan (Nov 2016) ( I~ U.S.C. 6)7@L4J). _ (ii) Alternate I (Nov 2016) of 52.219 9. _ (iii) Alternate II (Nov 2016) of ~2.219-9 .

_ (iv) Alternate III (Nov 2016) of 52.219-9. _ (v) Alternate IV (Nov 2016) of 52.219-9. _ (18) 52.219-13 , Notice of Set-Aside of Orders (Nov 2011) (li_L.S.C. 644(r}). _ (19) 52.219 14, Limitations on Subcontracting (Nov 2011) ( l 5 L S.C. 637[!!.li_l 4J). _ (20) 52,_2 I 9 16, Liquidated Damages- Subcon-tracting Plan (Jan 1999) (I 5 l .S.C (J 17( d)( 4 )(f)(1 }).

_ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011)( 15 U.S.( 9~7 t). _ (22) ~2.219-28 , Post Award Small Business Program Rerepresentation (Jul 2013) ( 15 U.S.C'. 6)2(a)(2)). _ (23) 52.219-2_9, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) ( 15 L.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) ( I "1

U S.C. 637.l!nl). _ (25) 52.222- \ Convict Labor (June 2003) (E.O. 11755). _ (26) 52_12._2-19, Child Labor- Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _ (27) ~2.222-_;i , Prohibition of Segregated Facilities (Apr 2015). _ (28) ~1.222- ')6, Equal Opportunity (Sept 2016) (E.O. 11246). _ (29) ~2.222-35 , Equal Opportunity for Veterans (Oct 2015)0 8 l ~ C. 4212). _ (30) ~2.222-36 , Equal Opportunity for Workers with Disabilities (Jul 2014) (f.9 L .S.C. '91). _ (31) 52.222-17, 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). _ (33)(i) 52.222_-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. cb.11.ntcr 78 and E.O. 13627). _ (ii) Alternate I (Mar 2015) of 52.222-50 (22 ll.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) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will

Page 14: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

publish a document in the Federal Register advising the public of the termination of the injunction. _ (36) 52.n2 60, Paycheck Transparency (Executive Order 13673) (OCT 2016). _ (3 7)(i) 52 121 9, Estimate of Percentage of Recovered Material Content for EPA- Designated Items (May 2008) ( 42 U. '-> C 6962( c )( 'll \ll!.!J). (Not applicable to the acquisition of commercially available off-the-shelf items.) _ (ii) Alternate I (May 2008) of 'i2.22)-9 (42 l .'->.( ()962illillt_U). (Not applicable to the acquisition of commercially available off-the-shelf items.) _ (38) 52.22i-l 1, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). _ (39) ~2.2 1 ' 12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). _ (40)(i) )2. 121-1 \ Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). _ (ii) Alternate I (Oct 2015) of ::>2.22 i I' . _ ( 41)(i) 52.221-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). _ (ii) Alternate I (Jun 2014) of 52.223 14. _ (42) 52 22.' I 'i, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 ~:.s.c. 1'115%). _ (43)(i) )2_,_121-1 (), Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). _ (ii) Alternate I (Jun 2014) of \LL.2; I h .

_ (44) 52.22i I \ Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _ (45) 'i2.22i 1 0, Aerosols (JUN 2016) (E.O. 13693). _ (46) 52.22' , Foams (JUN 2016) (E.O. 13693). _ (47) '1222 . ..,-1 , BuyAmerican-Supplies(May2014)(41 l '->C (.,haplcr ' ). _ (48)(i) 52.!h- i , Buy American- Free Trade Agreements-Israeli Trade Act (May 2014) (41 l ':, C . cb.<..1ntt?r 1-i \ 19 V .S.C 1 iO I note, 19 l S.C 21 II note, 19 ~ ~ CJ805 note, 19 L~ 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 ~2.2_25- 1. _ (iii) Alternate II (May 2014) of )_2_ 215- ' · _ (iv) Alternate III (May 2014) of 52 21 'i 1.

_ (49) 52 22'1- 5, Trade Agreements (0CT2016) ( 19 l '->.( 2501 , et seq., 19 l '-> C 3301 note) . _ (50) 52.22.::; I \ 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) . _ (51) 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 ; I 0 L. ':,.C 2 102 Notcj. _ (52) 52.226 4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (41 U.S.C 51 50).

Page 15: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

_ (53) 52.226 5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 L ._S_( 5150). _ (54) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S C. 450}, 10 U.S.C. 2307_ill). _ (55) 52.232-JO, Installment Payments for Commercial Items (Oct 1995) ( 41 U.S.C. 4505, 10 l . <) c. 2307( t)). _ (56) 52.231_-]) , Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 0 l l,J.S.('_._ 3332). _ (57) 52.232-34, Payment by Electronic Funds Transfer- Other than System for Award Management (Jul 2013) (3 1 l S.C. 3332). _ (58) 52.232 36, Payment by Third Party (May 2014) (31 U.S.C. 3332). _ (59) 52.219-1 , Privacy or Security Safeguards (Aug 1996) (5 L .S.C. 552a). _ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 l .S.C. Appx. 1241(b) and 10 LI.Sf. 2611 ). _ (ii) Alternate I (Apr 2003) of ~1_.2-t 7-64. ( c) The Contractor shall comply with the FAR clauses in this paragraph ( c ), applicable to commercial services, 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) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). _ (2) 52.222-41 , Service Contract Labor Standards (May 2014) (-+I U.S.C. chaptct 67). _ (3) 52.222-42 , Statement of Equivalent Rates for Federal Hires (May 2014) (29 L.S.C. 206 and 41 U.S ( chapter 67). _ (4) 52.222-4J , Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 L S.C,~06 and 41 L .5 C. 1JIBDt~r 6 7). _ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment (May 2014) (29 l S.C_._2_06 and 41 U.S_._(' ~haptc1 61). _ (6) 52.222-51 , Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Requirements (May 2014) (:U___L_S C. chapter 67). _ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services- Requirements (May 2014) (41 l .5.C. chapter 67). _ (8) 52.22~-'15 , Minimum Wages Under Executive Order 13658 (Dec 2015). _ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). _ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42. u.s.c. 1792). _ (11) 52.237-11 , Accepting and Dispensing of $1 Coin (Sept 2008) (31 U_._S_,( 5l12(p)( 1 )) . (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph ( d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-1_, Audit and Records- Negotiation.

Page 16: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpa1 t 4 , Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work tenninated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision oflaw. (e)(l) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(l) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) ') 1 .203-1 \ Contractor Code of Business Ethics and Conduct (Oct 2015) (41 l .S.C. 3509). (ii) ""' 1 19-S, Utilization of Small Business Concerns (Nov 2016) ( J ') U.S.C 617ii1K2J and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility) , the subcontractor must include 51 219 \ in lower tier subcontracts that offer subcontracting opportunities . (iii) ')1 122 17 , Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause ""- ;2' I . (iv) 212 'I , Prohibition of Segregated Facilities (Apr 2015) (v) 'i' 222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vi) 'i2.222-35 , Equal Opportunity for Veterans (Oct 2015) (38 l ~ ( . 4212). (vii) 52 222-1<1, Equal Opportunity for Workers with Disabilities (Jul 2014) (2) L ~.C. 791). (viii) 'i2.222- ·p, Employment Reports on Veterans (Feb 2016) ( ) l .~.C. 4212) (ix) ') 1 222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (t) of FAR clause .:;2.221 40. (x) 'i2 222-41 , Service Contract Labor Standards (May 2014) (41 ~.SC. <.:lwter (1 ).

(xi) ')2 ]1_2_-50, Combating Trafficking in Persons (Mar 2015) (21 l .S.C. ch~ptu 78 and E.O 13627).Alternate I (Mar 2015) of ~_2._2~1-.:;o G; L .~ ( ._ ~hapter 8 -~md LQ Ll6~7) .

(xii) ~2_ _2_;1-51 , Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 l ~ ( ~l!i!Q!er 6 ). (xiii) ~2.222-) \ Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 L ~ (,_. chill21_9r 6 7). (xiv) .:;2 222-)4, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xv) ')2___2_2_2_ 5') , Minimum Wages Under Executive Order 13658 (Dec 2015).

Page 17: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

(xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(l)(xvi) : By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xvii) 52 .222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)) . (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) 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 ; lQ_U.S.C. 2302 Note;J (xx) 52.226-(?, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 ~ .~.(· ... 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (-1-6 L _.S.C. App.x l~4lihl and IO L .S.C. 2631 ). Flow down required in accordance with paragraph (d) of FAR clause 52.247 64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

DEPARTMENT OF STATE ACQUISITION REGULATION (48 CFR Chapter 6) CLAUSES

NUMBER TITLE DATE 652.225-71 Section 8(a) of the Export Administration Act of 1979, AUG 1999

As Amended (if order exceeds simplified acquisition threshold)

652.229-70 Excise Tax Exemption Statement for Contractors Within JUL 1988 the United States (for supplies to be delivered to an overseas post)

652.229-71 Personal Property Disposition at Posts Abroad AUG 1999 652.237-72 Observance of Legal Holidays and Administrative Leave APR 2004

(for services where performance will be on-site in a Department of State facility)

652.239-71 Security Requirements for Unclassified Information SEP 2007 Technology Resources (for orders that include infonnation technology resources or services in which the contractor will have physical or electronic access to Department information that directly supports the mission of the Department)

Page 18: Embassy of the United States of America · Janina M de Rengifo Email: RengifoJM@state.gov . REQUEST FOR QUOT A TIO NS I TH IS RFQ [ ] IS [x] IS NOT A SMALL BUS lNESS-PAGE r F 1 PAGES

.,

652.242-70 Contracting Officer's Representative (if a COR will be AUG 1999 named for the order) Fill-in for paragraph b : "The COR IS

,,

652.242-71 Notice of Shipments JUL 1988 652.242-73 Authorization and Performance AUG 1999 652.243-70 Notices AUG 1999 652.247-71 Shipping Instruction FEB 2015

The following clause is provided in full text, and is applicable for orders for services that will require contractor employees to perform on-site at a DOS location and/or that require contractor employees to have access to DOS information systems:

652.204-70 Department of State Personal Identification Card Issuance Procedures (MAY 2011)

(a) The Contractor shall comply with the Department of State (DOS) Personal Identification Card Issuance Procedures for all employees performing under this contract who require frequent and continuing access to DOS facilities , or information systems. The Contractor shall insert this clause in all subcontracts when the subcontractor's employees will require frequent and continuing access to DOS facilities, or information systems.

(b) The DOS Personal Identification Card Issuance Procedures may be accessed at http: //www.state.gov/m/ds/rls/rpt/c21664.htm.

(End of clause)


Recommended