+ All Categories
Home > Documents > Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 -...

Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 -...

Date post: 10-Jun-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
17
Embassy of the United States of America Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement for a contractor to provide Scanners, Photocopiers and Printers. You are invited to submit a quotation. The Request for Quotations (RFQ) consists of the following sections: 1. Standard Form SF-1449 2. lnstructions to Otferors (Quotation rules and evaluation method) 3. Qualifications of Offerors 4. FAR & DOSAR Clauses For a quotation to be considered, you must also have an active system of Award Management (sAM) Registration. The Embassy plans to award a purchase order to the responsible company submitting an acceptable quotation at the lowest price. You are encouraged to make your quotaton 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 mlke any awari. The Embassy may cancel this RFQ or any part of it. l!_e*9 F?d the RFQ carefu y, and if you are interested, submit your quotation. Return the compteted SF-1449 (blocks 2 3,24,30a,30b, 3Oc) to the address shown in'Block 5a or by emait to [email protected] by December 14, 2o1B by 1o:00 hrs. oral quotations will not be accepted. Sincerely, No Co ng Offtcer ( Enclosure; A,/S
Transcript
Page 1: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

Embassy of the United States of America

Lima, Peru

December 05, 20'18

To: Prospective Offerors

Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers

The US Embassy, Lima, Peru, has a requirement for a contractor to provide Scanners, Photocopiers andPrinters. You are invited to submit a quotation. The Request for Quotations (RFQ) consists of the followingsections:

1. Standard Form SF-14492. lnstructions to Otferors (Quotation rules and evaluation method)3. Qualifications of Offerors4. FAR & DOSAR Clauses

For a quotation to be considered, you must also have an active system of Award Management (sAM)Registration.

The Embassy plans to award a purchase order to the responsible company submitting an acceptablequotation at the lowest price. You are encouraged to make your quotaton competitive. you are alsocautioned against any collusion with other potential offerors with regard to price quotations to besubmitted. The RFQ does not commit the American Embassy to mlke any awari. The Embassy maycancel this RFQ or any part of it.

l!_e*9 F?d the RFQ carefu y, and if you are interested, submit your quotation. Return the comptetedSF-1449 (blocks 2 3,24,30a,30b, 3Oc) to the address shown in'Block 5a or by emait [email protected] by December 14, 2o1B by 1o:00 hrs. oral quotations will not be accepted.

Sincerely,

NoCo ng Offtcer

(

Enclosure; A,/S

Page 2: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSOFFERAR TO COMPLETE BLOCKS 12 17 23,24, & 30

PAGE 1 OF 16 PAGES

6. SO ITATION I

7. FOR SOLICITAT]ONINFORMATION CALL

2 CONTRACT NOOATE

12rc5n014

8, OFFER OUE OATE/IOCAT IIME

cooE

]O TAIS ACOU S T ON IS [] urnesrnrcreo on n srr asros

- * ron

I wou€r!-ovweo suALL oustness

!{*ose) eaarct"aa u*oaR THE vl/oMENe*.,EoSMALLBUSINESSPROGRAM NAICS

I1, DELIVEFY FOR FO€ OESTINAI.TtoN IJNLESS ALOC( tS

! sutr eusrruess

I ruezore su*rBUSINESS

! senuce-orsmro EDWOSB

VETERANO'ANEO

SMALL BUSINESS Eu tol

! eue"crtrc suerr eus,"esstr

! see scneoure

14. METHOO OF SOLICITATION

E aro Erro lare15, DELIVER TO

AMERICAN EMAASSY UMAINL Waohouso Av. Eh6r F.uc6t.d640SA coo.din.r. doliwry 24 hour. r.

16, AOMINISTEREO BY

AMERICAN EMAASSY UMA

AE. um. Polo Cdr.2 Mont6ni@ aT-rN: GSO/[email protected]

PERU

CODE

tr17b CHECK F REMITTANCE IS OIFFERENT AND PUT SUCIi ADDRESS IN

18a PAYMENIWLL BE MADE AYAMERICAN EMBASSY UMAENCALADA AV, BLOCK 17 SANTIAGO OE SURCO, ATTN:

CODECODE

cooE

]8b SUBMITINVOICESIOABELOWISCHECKEO

OORESS SHOVVI\ lN BLOCK 18a I-INLESS alock!see rcoer'rour,,t

0l

25 ACCOIJNTING AN O APPROPRIATION DATA

19.ITEII NO

IO ISSUING OFFICE. CONIRACIOR AGRESET FORTH OR OTHERWSE IOENIIFIEDA

21

26, TOTAL AWARO AMOUNT

ftz".so LICTTATION INCORPORATES By REFERENCE FAR 52.212-1 52 2t2it FAR 52.212.3 ANO 52 212.5 ARE ATTACHEO. AOOENDA7b CONIRACT/PIJRCHASE OROER INCORPORAIES BY REFERENCE FAR 5' 212.4. FAR 52,212.5IS ATTACT]EO. ADOENDA

n 23. CONTRACTOR IS REOUIRED TO SIGN THIS OOCIJME NTANO RETURN

- COPIES 29, AWARD OF CONTRACT REF

-

OFFER DATEOSH ANO DELIVER ALL ITEMSBOVE AND ON ANYAOOITIONAL SI,i EEISsugrecr ro rxe TEnlts er.roCor,rbirro NS SPECIFIED HEREiN

30a. SIGNATIIRE OF OFFEROR/CONTRACiOR

30b NAMEANOTTTLE OF StcNER fype orpirn)

31., UNITED SIATES OFAMERICA ISIGNAIURE OF CONf RACIING OFFICER)

31c DATE STGNEO

STANDARD FoRM.t449 IREV.02/?012l)

flenE naRE Nor AllacHEo

$ne rorarracre J

;66mffi ""8IX.f

E.i'ii"ii'l?:tl?iA?iTi^?i,lf BlB|.?ilJ ^,

1. REOUISITION NUMBER

PR7904201

3, AWARO/ EFFECTIVEDATE

4. OROER NUr\,!BER 5, SOLICITATION NUMBER19PE5019Q0016

a, NAMECsGnna L. C,cireuo

b. TELEPHONE NUMAER(No coll.cl

6182233

12, DISCOUNT TERMS 136, THIS CONTRAC'T ISARAIEO OROER UNDERoPAS (15 CFR 700)

SCHEOULE OF S UPPLIES,SERVICES21 22.

IJNIT23

UNIT PRICE

OI'IICE DOCUMEN'I'S(]ANNERDOCUMENT FEEDING: AutomrUc or ManualFEEDERCAPACITY: Up ro 60 Sh€ersGRAYSCALEI8 bit / COLOR:24-bit

(U.e R6@Be and/o. Abach Addinohat Sheets .s

..continues on Pag€ 2

l0

30c. OATE SIGNED 31b. NAME OF CONTRACTI NG OFFICER /lype orprnr)

AUTORTZEO FOR LOCAL AepnooucltoltPREVIOUS EOITION IS NOT USABLE Computer cenerated Prescnbed by GSA - FAR (48 CF R) 53.212

9, ISSUED BY CODE

AMERICAN EMBASSY L]MAAw. Lima Polo Cd@ 2 Mo.rei@. AilN: Gso/Proarhdt

PERU

Page 3: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

20.SCHEDULE OF SUPPLIES/SERVICES

21.OUANTITY

22.UNIT

23.UNII PRICE

continues trom Page l ....

SCANNINGMODESi Color,Crayscale, BlackandwhiteOPTICAL RESOLUTION:600 api I 220VOUTPUT RESOLUTION: 150 / 200 /240 | 3oo / 4oo / 600 dpi

SCAN TINI PERSONAL SCANNERfiPE: Personal Mobile Document ScannerDOCUMENT FEEDING: Automatic or ManualFEEDER CAPACITY: UP to 1O Sh€els

GRAYSCALE:8 b / COLoR 24-bit / 220vSCANNING MODFIS Color, Crayscale, Black and White

SCANFRONT SCANNERTYPE; Networked Document Scanuer

DOCUMENT FEEDING: Automaric or ManualFEEDERCAPACITYI60ShCCTS GRAYSCALE:8 bir / CoLoR: 24-bit / 22ovOPTICAL RESOLUTION: Up to 600 dpi

PORTABLE PzuNTERDimensn)ns 14.3"Hx7.32"Wx2{}7'I)MaJ( Resolution in Black andWhile: 1200x 1200 dpiMax Resolution in Color:4600 x 1200 dpi / 220\fMaximum Mond y Volume:500 Sheets

MULTITUNCTION PIIOTOCOPIDRScanning Resolulion Up to 600x 600 dpi / 220\'Printing Resolution 600 x 600 dpii 1200 x 500 dpi (Enhanced)

Bpass Letler, Legal, Statement, Executive, Custom Siz€ (3"x s"to 8-r/2'x 14"), Envelop€ (C5IDL/ COM-1o/Monarch) dpi

COLOR LASER PRINTERResolutionrUp to 1200x1200 dpi / Monthlyduty cycl€: Up to250,000 pages/ 220V / Warrantr Atleast One Y€ar

A3 MULTIFUNCTIONAL COLOR INKJET PRINTERProduct Group Output A3Doubl€ Sided Printing Automatic Double Sided PrintingPrinler Resolution 4800 x 1200 dpi Prinl / 220V

02

0i

0l

0l

OI

l0

04

ITEI\,! NO

02

07

32a. QUANTITY lN COLUMN 21 HAS BEEN

24.AMOUNT

32d. PRINTED NAME ANO TITLE OF AUTHORIZED GOVERNIIIENTREPRESENTATIVE

32b. SIGNATURE OFAUTHORIZED GOVERNMENTREPRESENTATIVE

328, MAILING ADORESS OF AUTHORIZEO GOVERNMENT REPRESENTATIVE 32I TELEPHONE NUMBER OF AUTHORIZEO GOVERNMENT REPRESENTATI!T

329. E-MAll OF AUTHORIzED GOVERNMENT REpRESENTATTVE

37 CHECK NLJMBER

! PARnaL n FTNAL

3A SF ACCOTJNT NO. 40, PAID 8Y

41.a,I CERT]FY THISACCoUNT Is coRREcTANo PRoPER tl2a. RECEIVEDBY (Prr0

tl2b. RECEIVEO AT flo.sro,)

42d, TOTAL CONIAINERS

32c. DATE

3,1 VOUCHER NUMAER 35. AMOUNT!'ERIFIEO

fl coruerere E pennel n rrur39 S/R VOUC8ER NO

41C. OAIE

42c OAfE RaC A iya,tM/DD)

.1b SIGNAT! RE ANO TITLE OF C ERTIFYING OFFICER

STANDARD FORM 1 il49 (REV. 2/2012) BAcK

03

E REcErvEo E TNSPECTED E AccEprED, AND coNFoRMS To rHE coNTRAcr ExcEpr AS NorEDl

Page 4: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

52.212-t lnstructions to Offerors-Commercial ltems.As prescribed in 12.301(b)(1), insert the following provision:

lNsrRUcfloNs ro OFFERoRS-CoMMERcTAL ITEMs (JAN 2017)

(a) North American lndustry Classification System (NAICS) code and small business size

standard. The NAICS code and small business size standard for this acquisition appear in Block10 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 itdid not itself manufacture, is 500 employees.

(b) Submission of offers. Submit signed and dated offers to the office specified in thissolicitation at or before the exact time specified in this solicitation. Offers may be submitted onthe 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, orother 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 5 2.212-3 (see FAR

(b) for those representations and certifications that the offeror shall complete52.21-2-3

elect ro n ica lly);(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 (iocludingcontract numbers, points of contact with telephone numbers and other relevant information);and

(11) lf the offer is not submitted on the sF 1449, include a statement specifying the extentof agreement with all terms, conditions, and provisions included in the solicitation. Offers thatfail to furnish required representations or information, or reject the terms and conditions of thesolicitation may be excluded from consideration.

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for30 calendar days from the date specified for receipt of offers, unress another time period isspecified in an addendum to the solicitation.

(d) Product sampres. when required by the soricitation, product sampres shal be submittedat or prior to the time specified for receipt of offers. Unress otherwise specified in thissolicitation, these sampres shal be submitted at no expense to the Government, and returnedat the sender's request and expense, unless they are destroyed during preaward testing.(e) Murtipre offers. offerors are encouraged to submit murtipre offers presenting arternativeterms and conditions, including alternative line items (provided that the alternative line items

3

Page 5: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

are consistent with subpart 4.1.0 of the Federal Acquisition Regulation), or alternativecommercial items for satisfying the requirements of this solicitation. Each offer submitted willbe eva luated 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 timespecified in the solicitation. lf no time is specified in the solicitation, the time for receipt is 4:30p.m., local time, for the designated Government office on the date that offers or revisions ared ue.

(2)(i) Any offer, modification, revision, or withdrawal of an offer received at theGovernment office designated in the solicitation after the exact time specified for receipt ofoffers is "late" and will not be considered unless it is received before award is made, theContracting Officer determines that accepting the late offer would not unduly delay theacquisition; and -

(A) lf it was transmitted through an electronic commerce method authorazed by thesolicitation, it was received at the initial point of entry to the Government infrastructure notlater 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 Governmentinstallation designated for receipt of offers and was under the Government's control prior tothe time set for receipt of offers; or

(C) lf 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 beaccepted.

(3) Acceptable evidence to establish the time of receipt at the Government installationincludes the time/date stamp of that installation on the offer wrapper, other documentaryevidence of receipt maintained by the installation, or oral testimony or statements ofGovernment person nel.

(4) lf an emergency or unanticipated event interrupts normal Government processes sothat offers cannot be received at the Government office designated for receipt of offers by theexact time specified in the solicitation, and urgent Government requirements precludeamendment of the solicitation or other notice of an extension of the closing date, the timespecified for receipt of offers will be deemed to be extended to the same time of day specifiedin 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 timeset for receipt of offers. oral offers in response to oral solicitations may be withdrawn orally. lfthe solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received atany time before the exact time set for receipt of offers, subject to the conditions specified inthe solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeroror its authorized representative if, before the exact time set for receipt of offers, the identity ofthe person requesting withdrawal is established and the person signs a receipt for the offer.

(g) contract award (not applicable to lnvitation for Bids). The Government intends toevaluate offers and award a contract without discussions with offerors. Therefore, the offeror,sinitial offer should contain the offeror's best terms from a price and technical standpoint.

4

Page 6: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

However, the Government reserves the right to conduct discussions if later determined by theContracting Officer to be necessary. The Government may reject any or all offers if such actionis in the public interest; accept other than the lowest offer; and waive informalities and minorirregu larities 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 theSchedule, offers may not be submitted for quantities less than those specified. The Governmentreserves 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 lndex of Federal Specifications, Standards and Commercial ltem

Descriptions, FPMR Part 101.-29, and copies of specifications, standards, and commercial itemdescriptions cited in this solicitation may be obtained for a fee by submitting a request to-

GSA Federal Supply Service Specifications Section

Suite 8100470 East L'Enfant Plaza, SW

Washington, DC 20407Telephone l2o2\ 6L9 -8925

Facsim ile (202], 619-8978.(ii) lf the General Services Administration, Department of Agriculture, or Department of

Veterans Affairs issued this solicitation, a single copy of specifications, standards, andcommercial item descriptions cited in this solicitation may be obtained free of charge bysubmitting a request to the addressee in paragraph (iX1)(i) of this provision. Additional copieswill be issued for a fee.

(2) Most unclassified Defense specifications and standards may be downloaded from thefollowing ASSIST websites:

(i) Assrsr ( htt assist.dla.mil on lin e starts:

(ii) Quick Search htt u icksearch.d la. mil )

(iii) ASSlSTdocs.com htt assistdocs.com(3) Documents not available from ASSIST may be ordered from the Department of Defense

Single Stock Point (DoDSSP) by-(i) Using the ASSIST Shopping Wizard (https://assist.dla. m illwiza rdllndex. cfm );(ii) Phoning the DoDSSP Customer Service Desk (215) 697 -ZL7g, Mon-Fri, 0730 to 1GoO

EST; or(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, philadelphia, pA

19l.11-5094, Telephone (215) 697 -2667 12L79, Facsimite ersl 697 -1462.(4) Nongovernment (voluntary) standards must be obtained from the organization

responsible for their preparation, publication, or maintenance.u) unique entity identifier. (Appries to aI offers exceeding s3,500, and offers of g3,500 or

Iess if the solicitation requires the contractor to be registered in the system for AwardManagement (sAM) database.) The offeror shall enter, in the block with its name and addresson the cover page of its offer, the annotation "unique Entity ldentifier,, followed by the uniqueentity identifier that identifies the offeror's name and address. The offeror also shall enter itsElectronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character

5

Page 7: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

suffix to the unique entity identifier. The suffix is assigned at the discretion of the offeror toestablish additional sAM records for identifying alternative EFT accounts (see subpart 32.11) forthe same entity. lf the Offeror does not have a unique entity identifier, it should contact theentity designated at www.sam.sov for unique entity identifier establishment directly to obtainone. The Offeror should indicate that it is an offeror for a Government contract whencontacting 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 awardeeshall be registered in the SAM database prior to award, during performance and through finalpayment of any contract resulting from this solicitation. lf the Offeror does not becomeregistered in the SAM database in the time prescribed by the Contracting Officer, thecontracting Officer will proceed to award to the next otherwise successful registered offeror.Offerors may obtain information on registration and annual confirmation requirements via theSAM database accessed through https://www.acquisition.gov.

(l) Debriefing. lf a post-award debriefing is given to requesting offerors, the Government shalldisclose the following information, if applicable:

(1) The agency's evaluation of the significant weak or deficient factors in the debriefedofferor's offer.

(2) The overall evaluated cost or price and technical rating of the successful and thedebriefed offeror and past performance information on the debriefed offeror.

(3) The overall ranking of all offerors, when any ranking was developed by the agencyduring 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 sou rce-selection procedures set forth in the solicitation, applicable regulations, and

other applicable authorities were followed by the agency.

(End of provision)

6

Page 8: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

Offerors/quoters must be technically qualified and financially responsible toquote for this solicitation. At a minimum, each Offeror/Quoter must meet the followingreq uirements:

Be able to understand written and spoken English;

Have an established business with a permanent address and

telephone listing;Be able to demonstrate prior experience with suitable references;Have the necessary personnel, equipment and financial resources

available to provide the items solicited;Have all licenses and permits required by local law;Meet all local insurance requirements;Have no adverse criminal record; and

Have no political or business affiliation which could be consideredcontrary to the interests of the United States.

EVALUATION FACTORS

Award will be made to the lowest priced, acceptable, responsible quoter. The

Government reserves the right to reject quotations that are unreasonably low or high inprice.

The Government will determine acceptability by assessing the offeror's compliance withthe terms of the RFQ. The Government will determine responsibility by analyzingwhether the apparent successful quoter complies with the requirements of FAR 9.1,

inclu d ing:

ability to comply with the required performance period, taking intoconsideration allexisting commercial and governmental business commitments;satisfactory record of integrity and business ethics;necessary organization, experience, and skills or the ability to obtain them;necessary equipment and facilities or the ability to obtain them; andotherwise, qualified and eligible to receive an award under applicable laws and

regulations.

1,

2

3

4

5

67

8

QUATIFICATIONS OF OFFERORS

Page 9: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

CLAUSES FOR PURCHASE ORDERS AND BLANKET PURCHASE ACR.EEMENTSAWARDED BY OVERSEAS CONTRACTING ACTIVITIES

(Current thru FAC 2005-95)

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 forceand effect as if they were given in full text. Upon request, the Contracting Officer will maketheir full text available. Also, the fu[[ text ofa clause may be accessed electronically at thisaddress: http s ://www.acquisition. sov/far

DOSAR clauses may be accessed at: http://$a\av. statebu)'.state. gov/dosar/dosarbc.htm

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) CLAUSES

NIIMBF],R TITLE DATE52.204-9 Personal Identity Verification of Contractor Personnel (if

contractor requires physical access to a federally-controlled facility or access to a Federal informationsystem)

JAN 2011

52.212-4 Contract Terms and Conditions - Commercial Items(Altemate I (MAY 2014) of 52.212-4 applies if the orderis time-and-materials or labor-hour)

.IAN 20r7

52.225-19 Contractor PersonneI in a Diplomatic or ConsularMission Outside the United States (applies to services atdanger pay posts only)

52.227-19 Commercial Computer Software License (if order is lorsoftware)

DEC2OOT

52.228-3 Workers' Compensation Insurance (Defense Base Act)(iforder is for services and contractor employees arecovered by Defense Ba e Act insurance)

JUL2OI4

52.228-4 Workers' Compensation and War-Hazard Insurance (iforder is for services and contractor employees are !E[covered by Defense Base Act insurance )

APR 1984

MAR 2OO8

8

Page 10: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

52.212-5 Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items (fuN 2018)

(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:

(l) 52.1()-l-19, Prohibition on Requiring Certain Intemal Confidentiality Agreements or

Statements (JAN 2017) (section 743 of Division E, Title VIl, of the Consolidated and Further

Continuing Appropriations Act,20l5 (Pub. L. 113-235) and its successor provisions insubsequent appropriations acts (and as extended in continuing resolutions)).

(2) Prohibition on Contracting with Inverted Domestic Corporations (Nov

2015)

(3) 52.1ii-.1, Protest AfterAward (Auc 1996) (l I lr.S.('. 3551).

(4) .52.13,1-1, Applicabte Law for Breach of Contract Claim (Ocr 2004)(Public Laws 108-

77 and 108-78

,52.209- r 0

(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 relerence to

implement provisions of law or Executive orders applicable to acquisitions of commercial items:

[Contracting Officer check as appropriate.]

l9 t-r.S.C:. 3[305 notc ).

i 1 t ..S.( . 6l 0I notc

_ (l) 52.10i -(t Restrictions on Subcontractor Sales to the Govemment (Sept 2006), withAltemate I (Oct 1995) (41 LS.( . l7{)4 and l0 l..S.U. 2,102).

_ (2) l2-l0l-ll, Contractor Code ofBusiness Ethics and Conduct (Oct 2015)

l50e)).

_o) 52.203- 15 Whistleblower Protections under the American Recovery and

Reinvestment Act of2009 (June 2010) (Section 1553 ofPub. L. I l1-5). (Applies to contracts

funded by the American Recovery and Reinvestment Act of2009.)

_(4) 52.10,1- I 0 Reporting Executive Compensation and First-Tier Subcontract Awards(oct 2016) (Pub. L. 109-282)

_ (5) [Reserved].

_ (6) 52.201- 1'+, Service Contract Reporting Requirements (Oct 2016) (Pub. L. I I I -1 17,

section 743 of Div. C).

_ (7) 52.201-15, Service Contract Reporting Requirements for Indefinite-Delivery

Contracts (Oct 2016) (Pub. L. 111-l17, section 743 of Div. C).

(8) 52.209-6 Protecting the Govemment's Interest When Subcontracting with

Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101

note).

(41 ti.s.('

9

Page 11: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

_ (9) 5?.209-9, Updates of Publicly Available Information Regarding Responsibility

Matters (Jul 2013) (41 U.S.C. 2313).

_ (10) [Reserved].

_ (1lXDt.l.S.(.6-r7a).

Notice of HUBZone Set-Aside or Sole-Source Award (Nov 201 1) (15

(ii) Altemate I (Nov 201 1) of 52.2 I 9-3.

_ (12Xi) ,i1.2 l9-,1, Notice of Price Evaluation Preference for HUBZone Small Business

Concems (Ocr 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)

1 5 t,.S.C.. 6,i 7a

52.219-3

1,5 il.s.(:. 657

_ (ii) Altemate I (JAN 2011) of j2_1-?-4.

_ (13) [Reserved]

_ (14)(i) 51.219-6 Notice of Total Small Business Set-Aside (Nov 201 I )

_ (ii) Altemate I (Nov 201 1).

_ (iii) Altemate II (Nov 201 l).

_ (15XD 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (liu. S.e,

64;i).

_ (ii) Altemate I (Oct 1995) of 52.219-7.

_ (iii) Altemate II (Mar 2004) of 32.219-7.

_ (16) 52.219-8, Utilization of Small Business Concems (Nov 2016) ( I 5 U.S.C. 6i7(d)(l )

and (3)).

_ (17Xi) 52.2 I 9-9, Small Business Subcontracting Plan (Jan 2017) 15 U.S.C.637

l-r IrS.(.6.14

ti .+

_ (ii) Alternate I Qllov 2016) of 51.2 I 9-9.

_ (iii) Altemate II (Nov 2016) of 51.219-9.

_ (iv) Altemate III Q.{ov 2016) of 52.219-t).

_ (v) Altemate IV (Nov 2016) of 52.21t)-t).

_ (18) 52.219- li, Notice of Set-Aside of Orders (Nov 2011) t5 t..s C.644

_ (19) 52.219- I 1, Limitations on Subcontracting (Jan 2017) l5 t r.S.C'. (r37 l.lr

il

05 u.s.c_ (20) 51.2 I q- l 6, Liquidated Damages-Subcon-tracting Plan (Jan 1999)

63 7(d X4)(r- )(i)).

_(21) 52219:1, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside

(Nov 2011)

_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15

tl.S.(.6i2(aX2t).

_ (23) r.2Y:2:), Notice of Set-Aside for, or Sole Source Award to, Economically

Disadvantaged Women-Owned Small Business Concems (Dec 2015) ltll5 u.s.c. 637

_ (24) )2.219-i0, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small

Business Concems Eligible Under the Women-Owned Small Business Program (Dec 201 5) (1.:

t,.S.('.6l7(u)).<l1tt :_(2s) Convict Labor (June 2003) (E.O. 11755)

l0

Page 12: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

_x (26)(E.O. 13126).

5?.222-19 Child Labor {ooperation with Authorities and Remedies (Jan 2018)

_(27) t2Z:22), Prohibition of Segregated Facilities (Apr 2015).

Equal Opportunity (Sept 2016) (E.O. 11246)._ (28)

_(29) 52.n -35, Equal Opportunity for Veterans (Oct 201 5)

52.2T.-)6

_ (30) 52.222-36, Equal Opportunity for Workers with Disabitities (Jul 2014)

3{l r.l.s.('.4212(29 t .S.(

22 t l.S.('. chantcr 7tl

7ej)

_ (31) 52.212-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

_(32) Notification of Employee Rights Under the National Labor Relations

Act (Dec 2010) (E.O. 13496).

_x_ (33)(i) -52.212--,i0, Combating Trafficking in Persons (Mar 2015) (

andE.O. 13627).

_ (ii) Altemate I (Mar 2015) of 52.221-50 (22 tl.S.C. chaptcr' 7tl aidE.O.13627)(34) Employment Eligibility Verification (Ocr 201 5). (Executive Order

12989). (Not applicable to the acquisition of commercially available off+he-shelf items or

certain other types of commercial items as prescribed in 12. llJ03.)

_ (35XD 5).223-9 Estimate of Percentage of Recovered Material Content for EPA-Desigrrated Items (May 2008) (42 t r.S.C. 6961(cX.l)(AXii)). (Not applicable to the acquisition ofcommercially available off-the-shelf items.)

(ii) Altemate I (May 2008) of 52.223-e 42 r..r.S.C. 6962 (llot applicable to

the acquisition of commercially available off-the-shelf items.)

_ (36) 52.22i- 1 1 , Ozone-Depleting Substances and High Global Warming Potential

Hydrofluorocarbons (Jw 2016) (E.O. 13693).

_(37) 52.2?3-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment

and Air Conditioners (JuN 2016) (8.O. 13693).

(38Xi)

2 ('

Acquisition of EPEAT@-Registered Imaging Equipment (JuN 2014)

(E.O.s 13423 and 13514).

_ (ii) Altemate I (Oct 2015) of 52.22i-l-1.

(3exi) 52.223-11 Acquisition of EPEAT@-Registered Televisions (Jur 2014) (E.O.s

13423 and 13514).

_ (ii) Altemate I (Jun 2014) of -s2.22i- 14.

_ (40) 52.21i- t 5 Energy Efficiency in Energy-Consuming Products (DEc 2007) (1_.2

ti.s.c. 8259b).

_ (41Xi) ,.223-16, Acquisition of EPEAT@-Registered Personal Computer Products

(Ocr2015) (E.O.s 13423 and 13514).

_(ii) Altemate I (Jun 2014) of -s2.223-16.

_x_(42) -\2.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

(Auc 201 1) (E.O. 135 13).

52.22i- r3

_ (43) 52.223-20 Aerosols (JLN 2016) (E.O. 13693).

l1

Page 13: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

_(44) 52.213-21, Foams (JrlN 2016) (E.O. 13693).

_ (45XD 52.221-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

_ (ii) Altemate I (JAN 2017) of 52.224-3.

_ (46) Buy American-Supplies (May 2014) (41 tr.S.(. chapter tli)_ (47)(i) f .225-3 Buy American-Free Trade Agreements-lsraeli Trade Act (May

2014) (.11 Lt.S.C. chapter 83, lq U.S.Cl. -1301 note, l9 t.J.S.C. 2l ll note, 19 U.S.C. .1805 note, l9tt.S.('..1001note , Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-

283, I l0-138, 112-41,ll2-42, and 112-43.

_ (ii) Altemate I (May 2014) of 52.225-3.

_ (iii) Alternate II (May 2014) of 52.225-3.

_ (iv) Altemate III (May 2014) of 52.22-<-3.

_ (48) 52.225-5 Trade Agreements (Ocr2016) (19 tr S (' 1501, et seq.,

note).

_x_ (49) 52.225- I 3, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s,

proclamations, and statutes administered by the Office ofForeign Assets Control oftheDepartment of the Treasury).

_ (50) 52.21::-).6 Contractors Performing Private Security Functions Outside the United

States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act forFiscal Year 2008; 10 t.t.S.(1. 2302 t.r-ote).

_ (51) 52.216-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 t J. S.( .

5 t-50).

_ (52) 52.216--5, Restrictions on Subcontracting Outside Disaster or Emergency Area Qrlov2007)

_x (s3) 52.23?-29 Terms for Financing of Purchases of Commercial Items (Feb 2002) (,1 I

t r.s.c. 4505 l0 [,.S.C.2307(1)).

_(54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (.11 t.l.S.Cl. 1505,

l0 [].s.c.2307(r)).

_x_ (ss) :42.2 I-J-i Payment by Electronic Funds Transfer-System for Award

Management (Jul 2013) (31 LI.S.C. 3312).

_ (56) 52.232-3:{, Payment by Electronic Funds Transfer-Other than System for Award

Management (Jul 2013) (3 1 t I S.C. 33i2).

_ (57) ,5=}-]12:10, Payment by Third Party (May 2014)

_(58) 52.2i9-1, Privacy or Security Safeguards (Aug 1996)

_ (59) -52.242-,5, Payments to Small Business Subcontractors (hN 2017)(15 U.S.C.

637(d)(12)).

_ (60X0 52.217-64, Preference for Privately Owned U.S.-Ftag Commercial Vessels (Feb

and l0 tr.S.C.2(r-11)

19 U.S.C.3301

.12 t_].s.cr. -s t50

3l ti.s.c.33325 U.S.Cr. 552a

.t6 u.s.ct. n x. 12;ll t)2006)

_ (ii) Altemate I (Apr 2003) of 51.2,17-(r.1.

t2

Page 14: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

(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 oflaw or Executive orders applicable to

acquisitions of commercial items:

[Contracting Officer check as appropriate.]

_0) 52222!7, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).

_ (2) 1224, Service Conhact Labor Standards (May 2014) (-ll tl.S.Cl. clraptcr 67).

_ (3) 5).222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 t-i.S.('.

106 and -11 l.l.S.(1. chantor (i7).

_ (4) -rl.22l-43, Fair Labor Standards Act and Service Contract Labor Standards-Price

Adjustment (Multiple Year and Option Contracts) (May 2014) (29 ti S Cl. 200 and 4l I..i. S.('

chaptcr 67 ).

_ (5) ,i2.221-.11, Fair Labor Standards Act and Service Contract Labor Standards-PriceAdjustment (May 2014) (29 Lr.S.C. 206 and 4l ll.S.Cl. chapter 67).

_ (6) 52.221-5 l, Exemption from Application ofthe Service Contract Labor Standards to

Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May

20 14) (:t t tjs{.r!auq_0D._(7) Exemption from Application of the Service Contract Labor Standards to

Contracts for Certain Services-Requirements (May 20l ) :l I 11.S.C. cha rtcr 6

_ (8) 52.221-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

_(9) 52.2n-6), Paid Sick Leave Under Executive Order 13706 (JAN 2017) (8.O. 13706).

_ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014)

(12 Lr.S.Cr. 1792).

_ (11)

-ti1l(nXl)).

5?.227-53

51.217- il Accepting and Dispensing of $ I Coin (Sept 2008) (31ti.s.c

(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 inexcess of the simplified acquisition tkeshold, and does not contain the clause at -i2.2 l5-2, Auditand Records-Negotiation.

(l) The Comptroller General of the United States, or an authorized representative of theComptroller General, shall have access to and right to examine any ofthe Contractor's directlypertinent 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 finalpayment under this contract or for any shorter period specified in FAR strlr iltt 4.7 . ContractorRecords Retention, ofthe other clauses of this contract. If this contract is completely or partiallyterminated, the records relating to the work terminated shall be made available for 3 years afterany resulting final termination settlement. Records relating to appeals under the disputes clause

t3

Page 15: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

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 oftype 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 of [aw.

(e)(l) Notwithstanding the requirements ofthe clauses in paragraphs (a), (b), (c), and (d) ofthis clause, the Contractor is not required to flow down any FAR clause, other than those in thisparagraph (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-(D fl-2lll.rif,, Contractor Code of Business Ethics and Conduct (Oct 2015)

3 50e).

(iD 52.103- l 9, Prohibition on Requiring Certain Intemal 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 insubsequent appropriations acts (and as extended in continuing resolutions)).

(iii) 52.1I 9-8, Utilization of Small Business Concems (.,lov 2016) rl

and (3)), in all subcontracts that offer further subcontracting opportunities. Ifthe subcontract

(except subcontracts to small business concems) exceeds $700,000 ($ 1.5 million for construction

ofany public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that

offer subcontracting opportunities.

(iv) 52.122-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flowdown required in accordance with paragraph (l) of FAR clause f .2)2-17.

(v) -\2.221-21, Prohibition of Segregated Facilities (Apr 2015)(vi) 52.222-26 Equal Opportunity (Sept 2016) (E.O.11246).(vii) 51.212-35, Equal Opportunity for Veterans (Oct 2015)(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)

(4t t,.s.(l

l5 t.r.s.c.637

3ll u.s.c.4212(2e 1,.S.('

7ei).(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 lt.S.C. 4212)(x) 51.2T-40, Notification of Employee Rights Under the National Labor Relations Act

(Dec 2010) (8.o. 13496). Flow down required in accordance with paragraph (f) of FAR clause52_212-10.

(xi) -sU :Z:-0, , Service Contract Labor Standards (May 2014) 4l l.i.S.C. cha tcr 67(xii)

52.212-50, Combating Traffi cking inAltemate I (Mar 2015) of 52.222-50 ,

Persons (Mar2015) (21 t.;.S.(t. chaptcr 78 and E.O 13627)

(xiii)22 t r. S.C. cha 1er 71J ancl ll.O 13627

t4

Exemption from Application ofthe Service Contract Labor Standards tocontracts for Maintenance, calibration, or Repair of certain Equipment-Requirements (May2014) (41 l.r.S.(1. chanrcr 67).

Page 16: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

(xiv) 52.211-5i, Exemption from Application ofthe Service Contract Labor Standards to

Contracts for Certain Services-Requirements (May 2014) .11 t l.S.(1. cha 1cr 6

(xv) 121,1]-14, Employment Eligibility Verifi cation (Ocr 20 I 5) (E.O. 1 2989).

(xvi) Minimum Wages Under Executive Order 13658 (Dec 2015)

(xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JeN 2017) (E.O.

13706).

(xviii)(A) 52.224-3, Privacy Training (JeN 2017) (5 U.S.C. 552a).

(B) Altemate I (JeN 20 I 7) of 52 .224-3 .

(xix) 52.22,5-26, Contractors Performing Private Security Functions Outside the United

States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act forFiscal Year 2008; 10 I l.S.Cl. 2302 Notc).

(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014)

. Flow down required in accordance with paragraph (e) of FAR ctause )l-220:0.(xxi) ,il-247-6*, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb

2006) ,t6 U.S.C. A and l0 L.l.S.(1. 2(r3 l). Flow down required in accordance withparagraph (d) of FAR ctause 51.247-(r.1.

(2) While not required, the Contractor may include in its subcontracts for commercial items

a minimal number ofadditional clauses necessary to satisff its contractual obligations.

(End of clause)

DEPARTMENT OF STATE ACQUISITION REGULATION (48 CF'R Chapter 6)CI,AT]SF],S

,12 tl.S.C. 1792

x. ll.1l lr

NUMBER652.225-71 Section 8(a) of the Export Administration Act of 1979,

As Amended (if order exceeds simplified acquisitionthreshold

AUG 1999

652.229-70 Excise Tax Exemption Statement for Contractors Withinthe United States (for supplies to be delivered to anoverseas St

JUL 1988

652.229-71 Personal Pro Dis sition at Posts Abroad AUG 1999652.237-72 Observance ofLegal Holidays and Administrative Leave

(for services where performance will be on-site in aDe ent of State facili

APR 2OO4

652.239-71 Security Requirements for Unclassified InformationTechnology Resources (for orders that includeinformation technology resources or services in whichthe contractor will have physical or electronic access toDepartment information that directly supports themission of the De ent

SEP 2OO7

I5

TITLE DATE

Page 17: Lima, Peru...Lima, Peru December 05, 20'18 To: Prospective Offerors Subject: RFQ for 19PE5019Q0016 - Scanners / Photocopiers / printers The US Embassy, Lima, Peru, has a requirement

652.242-70 Contracting Officer's Representative (if a COR will benamed for the order) Fill-in for paragraph b: "The CORIS

AUG 1999

652.242-71 Notice ol Shipments JUL I988652.242-73 Authorization and Performance AUG I999652.243-70 Notices AUG 1999652.247 -71 Shipping Instruction FEB 20I5

652.204-70(MAY 2011)

Department of State Personal Identification Card Issuance Procedures

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

(b) The DOS Personal Identification Card Issuance Procedures may be accessed athttp://www.sta te. ov/m/ds/r'l s/rpt/c2 I 66 4.htnlI

(End of clause)

16

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


Recommended