Embassy of the United States of America
Lima, PeruThursday, May 23,2019
To: Prospective Offeror:
Subject: RFQ for 19PE5019Q0099 - Hardware materials
The American Embassy in Lima Peru, has a requirement for a contractor to provideHardwarematerials. You are invited to submit a quotation. The Request for Quotations (RFQ) consistsof the following sections:
l. Standard Form SF-I4492. Basic information, statement of work or specifications and technical qualifications3. Late quotation rules and evaluation method.
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.
Per FAR 4.1102, prospective contractor shall be registered in the System for AwardManagement (SAM) database prior to award of a contract. If you are not registered and youwant to participate, you must initiate the process.
Please read the RFQ carefully, and if you are interested, submit your quotation, by returningthe completed SF-1449 and proposal to [email protected]; no later than Friday, June 07,2019 at l0:00 am (local time and date). Oral quotations will not be accepted.
Any questions about this solicitation shall be addressed to [email protected] only inwriting until Friday, May 31,2019 at 10:00 am. (local time and date)
ilN
Enclosure; As stated
Officer
)
SOLIGITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSOFFEROR TO COMPLETE BTOCKS 12, 17, 23, 24, & 30
PAGE ,I OF 23 PAGES
DATEo5t23t2019
7. FOR SOLICITATION
INFORMATION CALL:
8. OFFER DUE DATE/LOCAL TIME
UNRESTRICTED OR SETASIOE:_%FOR:
WOMENO\A/}\]ED SMALL BUSINESS
E gat.cssl ELLTcTBLE uNDER THE \A/cMENo\ iNrED
SMALL BUSINESS PROGRAM NAICS:
E .orrar l-l er,tenonrc suALL BUSINESS
E. tol srzE sTANDARD:
'I3b RATING
14 METHOD OF SOLICITATION
E nro Erre RFP
CODE
ave Lima Polo Cdra 2l\ilonterico, ATTN: INL Management
I seescneoule
,I5 DELIVER TOAMERICAN EMBASSY LIMAINL Warehouse Av Elmer Fauett cdre40S/N. @ordinate delivery 24 houre inadvan@ w/Callao Base FAP
PERU
CODE
CODEOFFERER
O17b CHECK IF REMITTANCE IS DIFFERENTAND PUT SUCH ADDRESS INOFFER
'19
ITEM NO
25 ACCOUNTING AND APPROPRIATION DATA
3Oa SIGNATURE OF OFFEROR/CONTRACTOR
30b. NAME AND TITLE OF SIGNER (Type or pdnt)
AUTORIZED FOR LOCAL REPRODUCTIONPREVIOUS EDITION IS NOT USABLE
9 ISSUED BY
AMERICAN EMBASSY LIMA
,1'1 DELIVERY FOR FOB DESTINAT,
TION UNLESS BLOCK IS
MARKED
1O THIS ACOUISITION IS
[-l suell austNess
! nuazore sunllBUSINESS
l-l sEnvrce-orsnsL-eoVETERAN-OW!ED
SMALL BUSINESS
16 ADI!4INISTERED BY
AIV ERICAN EI\iI BASSY LI IUA
Lima
PERU
CODE
eve. Lima Polo Cdra 2 Monterico, ATTN: INL ManagementLimaPERU
18a. PAYMENT WLL BE MAOE BYAMERICAN EMBASSY LIMAAV Lima Polo cdra 'l s/n MontericGsurm, ATTN: FMO /DBOLima 33
PERU
18b SUBMIT INVOICES TOBELOW IS CHECKED
ADDRESS SHOV1jN IN BLOCK,l8a UNLESS BLOCK
!see rooenouu
CODE
24
INCORPORATESBYREFERENCEFAR522l2.l 522124 FAR52212-3AND522,125AREATTACHED. ADDENDA
ORDER INCORPORATES BY REFERENCE F AR 52 2'124 FAR 52.2'12.5 IS ATTACHED ADDENDA
AMOUNT
26 TOTALAWARDAMOUNT (ForGoyi. UseOn/y)
NOT AITACHED
Dne Bne ror ATTAoHED
29. AWARD OF CONTRACT: REF OFFER DATEOYOUR OFFER ON SOLICTTATTON (BLOCK 5), TNCLUOING ANY
ADDITIONS OR CHANGES V\friICI-] ARE SET FORTH HEREIN, IS ACCEPTED ASTO ITEMS:
31a UNITED STATES OF AMERICA (S/GNATURE OF CONTRACTING OFFICER)
31c DATE SIGNED
(REV.02/2012)
l-l za. colrrucroR ls REouTRED To stcN rHts DocuMENT AND RETURN .l coptEs
- TO ISSUING OFFICE CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMSSET FORTH OR OTHERWSE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETSSUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.
1. REQUISITION NUMBER
PR8270757
3. AWARD/ EFFECTIVEOATE
4. ORDER NUMBER 5. SOLICITATION NUMBER'19PE5019Q0099
a. NAMEMarie E Del Solar
b TELEPHONE NUMBER(No collectells)[email protected]
PE5OO
12 OISCOUNT TERMS 138. THIS CONTRACT IS ARATED ORDER UNDERDPAS (15 CFR 700)
SCHEDULE OF SUPPLIES/SERVICES21
QUANTITY22
UNIT23
UNIT PRICE
Hardware Materials as dessibed in the next pages
(Use Reve6e and/or Atlach Additional Sreefs as Nffissary)
3Oc OATE SIGNED 31b NAME OF CONTRACTING OFFICER (Type or pnnt)
NOEMI DAVILA
Computer Generated Prescribed by GSA- FAR (48 CFR) 53.212
\RE
20
SCHEDULE OF SUPPLIES/SERVICES21
QUANTITY22
UNIT23
UNIT PRICEITEM NO.
32a QUANTITY lN COLUMN 21 HAS BEEN
E necerveo E truspecreo n nccepreo, AND coNFoRMS To rHE coNTRAcr, ExcEprAs NorED:
24
32b. SIGNATURE OF AUTHORIZED GOVERNMENTREPRESENTATIVE
AIVIOUNT
32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENTREPRESENTATIVE
32e. MAILING ADORESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE
329 E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE
33 SHIP NUIlIBER 37 CHECKNUMBER
PARTIAL FINAL
38 S/R ACCOUNT NO 40. PAID BY
41 a I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42a RECEIVED BY (Pnhf)
42b RECEIVED AT (Locaror)
42d TOTALCONTAINERS
32c. DATE
34 VOUCHER NUMBER 35 Al\ilOUNT VERIFIED
CORRECT FOR
E colaplere ! eanrt+ [ rtr.rnl
36 PAYMENT
39 S/R VOUCHER NO
41C DATE
42c DATE REC'O (YYNtil/DD)
41b SIGNATUREANDTITLE OFCERTIFYING OFFICER
STANDARD FORM I'149 (REV. 212012) BACK
SECTIONI-THESCHEDULESF-1449 Cover sheetCONTINUATION TO SF-1449, RFQ NUMBER 19pE5018Q0099 PRICES, BLOCK 20
SCHEDULE OF SUPPLIES/SERVICES
Hardware materials:
No. Description qty UnitUnit
Price insoles
TotalPrice insoles
1
Anticorrosive paint in black colour, presentation in gallonto paint metal columns of dimension 0.20 cmts X 11.5cmts wide X 2.05 mts of high).
4 gallon
2
Cross brace made of PVC plastic material type, to use injoint titles anywhere on floors installation, size 2mm.;presentation of 100 units bags.
89 each
3Latex satin paint, green Nile colour, antihumed inAmerican or CPP brand names or similar.
64 gallon
4 Supply tube, made out of vinyl material, size Lf 2" incheshead 1, by x lf 2" inches head 2, x 80 cmts long.
36 prece
5Titles, mate,anti-sleeppery, for heavy traffic pedestrianzone, size 60 X 50 centimeter beige colour for interiors.
3,326square
meter
6Sand paper for water, number 80 : 230 mm x 280 mmsquare shape.
311 prece
7Forge cement type (fragua) to use in flooring installation,beige colour, presentation of 1 kilograms per bag.
81 kilogram
8
Lid for floor made out of bronze 3" inches to use inbathroom's floor; wide 8 cm; silver chromed high 1.3cmts
2 piece
9Title white, semi-gloss plain color for walls, size 45 cmtsX 45 cmts box presentation of 2. 03 square meters, hightraffic m2. presentation per box : 10 units.
778 prece
10Plain water (called as agua potable) for construction;presentation cubic meter.
25 cubic meter
11Glue extra forte for ceramic type titles, powder, whiteand comes in bags of 10 kilograms presentation.
59 bag
t2
Hand wash lavatory in vitrified porcelain with pedestalup right, white. Pedestal size 66 ctms. White 20 ctms andsize of the lavatory: high 18 ctms wide 49 ctms and deep41,5 ctms.
7 piece
13 Stones, dimension size f 10" inches. 3 cubic meter
t4
Hand dryer automatic, 220 voltage with 50H2, that lastworking 30 to 40 seconds , with a power engine of LltlHP, 7500 RPM - 10 Amp and power of 2300 Watts,Voltage: 220160H2. Traffic. Suggested brand forindustrial use or hospitals.
2 piece
19PE5019Q0099 Page 3 of23
19PE5019Q0099 Page 4 of23
15Construction wire number 8, black colour thermictreated, number of calibre, 8mm and 4.20 mm diameter
L7 kilogram
16Diamond Grinding Disc to do cuts in cement or concrete,size 9" inches.
5 prece
55 eachL7
Fluorescent equipment for fixture with cover aluminum,antirust metal net, and accessories for installation; withelectronic sensibilizator ( Valastro) size 72O cmts long, x
30 cmts. wide; 2 X 36 voltage 220 V; frequency 50 - 60
Hz; aluminum or silver color, and has to hold 2
fluorescents.
7 each18Pipe plastic PVC-SAP electric U2" inches X 3 meter (15
mm), antihumed and chemical resistance.
19Hand soap dispenser, made out of steel, size one litter,high 20 cmts, wide 13 cmts and deep 10 cmts.
2 prece
L2 prece20Pipeline made out of PVC plastic for cold water, type t0SP, dimensions tf 2" inches, with no lead stabilizer, grey
colour.
103 gallon2t Latex paint, color Nile green, presentation one gallon.
t7 prece22Urinary in vitrified porcelain, white colour size wide: 33.5
cmt. , high 59 cmts. ; and deep 27 cmts.
1 cubic meter23 Gravel stone 3/4" inches size
24
Trash can made out of steel, aluminium colour, size 12
litters high 39 cmt, wide 52 cmts, with a foot open
fixture.12 prece
89 plece25Border flooring, made out of PVC plastic white, size:
Smm wide or thickness by 2.40 meter long, any brand orsimilar to Rotoplast.
166 gallon26Sealer of walls, number 150, one-gallon presentation,
colour white, for wall with humidity.
96 each27
Fluorescent equipment for fixture with cover aluminium,antirust metal net, and accessories for installation; withelectronic sensibilizator ( Valastro) size 120 cmts long, x
30 cmts. wide power 2 X 40 W. Voltage 220 V; frequency50 - 60 Hz. and should hold 2 fluorescents tubes.
28
Key with the timer classic model, for urinary made out ofchromed bronze finishing, closing system: ceramic disc,inled: lf 2" high 24 cmts deep: 8 cmts to install on
cement wall, classic style.
9
1,693squaremeter
29Flooring titles ( porcenalato), mate finishing beige orsimilar, size 60 cmts. X 60 cmts ; antisleepery to install ininteriors rooms.
5 gallon30Semi-oil paint in black colour for exterior floor, any
brand.
28 kilogram31 Nails metal with a head for wood 2" inches.
3 prece32Towel hangers made of ceramic, white, size 7 cmt long
by 7 cmts wide.
2L2 prece33Sand paper for water, number 150, size 230 mm x 280
mm Water sand paper shape.
prece
r9P85019Q0099 Page 5 of23
34Pipeline for Sewer system made out of PVC hard plasticmaterial of 2 " inches by 3 meter long, dimeter 2" inches,with no led stabilizer, colour .
18 piece
35 Nails metal with a head for wood 3" inches. 9 kilogram
36Titles, mate,anti-sleeppery, for heavy traffic pedestrianzone, size 60 X 60 centimetres, grey colour, typeconcrete for exteriors.
1,,775squaremeter
37Forge cement type ( fragua) to use in flooring installation, grey colour, presentation of 1 kilograms per bag.
47 kilogram
38
Trap seal type P, with no obstruction to pass water thruthe lavatory, size 2" diameter, white colour, made out ofPVC hard material , and should include accessories forinsta llation.
8 prece
39Check vaults size tf2" inches bronze chromed with a
vastaBue system.45 piece
40 Thick sand, in cubic presentation 59 cubic meter
4L
Corrugated steel type 3/8 calibre, compression power(fy) = 20O kg/cm2, grade 50, construction bar, ASTMA515 with a steel bar straight with circles section withstretch mark Hi-bond to work on foundation and need tohave the certification.
4 bar
42Glue for titles flooring installation, white colour,presentation: bag of 10 kilograms.
7,364 bag
43Glue flexible, type, in powder white, for titles called "porcenalato" in bag of 10 kilograms presentation.
634 bag
44 Cement, presentation in powder it comes in bags of 42.5kg, anti-humidity, similar to chema, sol brands.
t,566 bag
45Grille or grate for floor to pass water thru, made out ofbronze 2" inches to use in bathroom's floor.
2 prece
46 Nails metal with a head for wood 4" inches. 4 kilogram
47Shower type sprinkle for heavy duty use, in bronzechrome, inbound 1/2" inches, closing system for ceramicdisc of 7/4 spin.
9 piece
48 Sand flne, presentation of cubic meters. 9 cubic meter
49
Locker made out of steel of 1.5 mm thickness withreversible mortise lock 1" boll, L/2" latch projection.Lock front: 7" x7-Lf8" inches bolted solid brass trimassemblies spring loaded captivated spindles, anti robe,black colour or similar.
4 prece
50
Toilet set, complete with water tank and accessories forinstallation, white colour, size : high: 35 cm, wide 35cmt., toilet size: high 37.5 cm, wide 35.5 cmt., deep 65.5cmt.
22 prece
51
Fluorescent tube 35 W white, type G5 power 236W;shine to bright 2450 lm ; life spam 20,000 hours ;
temperature 6,500 K; gradually ignition, size 120 cmtslong.
302 each
52 Crushed stone of 1/2" inches size 90 cubic meter
53
Toilet paper hanger to install on cement wall in
bathrooms, made of chrome or zinc metal, colour silver,
size 19 cmts wide, and barre for the toilet paper, 15.5
cmts 7.8 cmts 6.3 cmts
19PE5019Q0099 Page 6 of23
prece2
54Accessories for water tank toilet: set of handlers, valve inwhite or blue colour.
22 prece
55Concealing thin paste to fill up holes or uneven surfaces,
antihumed; presentation: one gallon, white colour.Suggested brand CPP
252 gallon
Construction wire number 16, black color thermictreated, 1.65 mm diameter.
20 kilogram
57
Pipeline made out of PVC hard plastic material of !/2"inches, type # 10 heavy, model C10 grey colour,resistance to hot of45 centigrade pressure resistance 10
Bar Diameter nominal 1 " inches, 500 cmt long.
10 prece
58Latex satin paint, white colour, ant humid in American orCPP brand names or similar
75 gallon
59Sand paper for water, number 150 : 230 mm x 280 mm
square shape.336 prece
50Hangers made out of aluminium measurement 48 mm
diameter, it should come with the knolts for installation4 prece
6LSand paper for iron, number 80 : 230 x 280 mm squareshape.
195 prece
62
Key with the timer classic model, for hand wash lavatory,made out of chromed bronze finishing, to be installed on
the lavatory; closing system, type ABS inled size 1/2"inches high 8 cmt, wide 4.5 cmt., deep 11.5 cmt.
11 prece
63
Exterior door, double reinforcement panel(CONTRAPLACADA) veneer natural colour, with woodenframe : thickness 4MM w/ hinge of 2" X 3" size, locker
with a handlers in both sides, type ball, inside has a disc
of 75 mm size, and in the exterior has a hold to enter thekeys, aluminium color, and a secure or safe extra locker
that prevent to open easily ( anti-robe type). Total size ofthe door 2.07 meter high by 1 meter long.
25 each
64
Exterior door, double reinforcement panel(CONTRAPLACADA) veneer natural color, with woodenframe : thickness 4MM w/ hinge of 2" X 3" size, lockerwith a handlers in both sides, type ball, inside has a disc
of 75 mm size, and in the exterior has a hold to enter thekeys, aluminum color, and a secure or safe extra lockerthat prevent to open easily ( anti-robe type). Exteriordoor, double reinforcement panel . Total size of the door0.90 cmts r wide by 2.05 meter high.
6 each
56
19PE5019Q0099 Page 7 of23
55
SLIDING WINDOW WITH TEMPERED GLASS OF 6MM.Profile 8221H series for aluminum socket for slidingsheet of 30mm x 1.7 mm and length according to thehole size on the wall to place in the window. it hooks upwith aluminum frame with nylon wheels. Edge of thewindow: fiber model 8116 thickness 6mm of 7.3 mm x9mm x 3mm. fiber size in lower side is type F20 and inthe upper side is type F10, manual pressure to close. ltshould include aluminum accessories. Dimensions:3.73m longx 1.30 m high = 5 units
4.71m long x 0.60 m high = 32 units
3.00 m longx 1.33 m high = 1 units
L.87 m long x 1.20 m high = 32 units
4.71 m long x 1.20 m high = 9 units
1.25 m long x 1.20 m high = 1 units
1.23 mde long x 1.20 m high = 1 units 3.00 m longx 1.40m = 10 units
Pavment terms:
Net 30 days upon satisfactory receipt of goods or provision of services and receipt of an accurate
invoice.
Total of proposed materials shall be delivered in no more than 45 days after receive of USGorder and it shall have warranty in Peru, it shall be described in the vendor's proposal.
81 unit
66
lron bench painted black with seat top made of wood ,
color natural, semi gloss finished thickness of the iron: 1.
U2 inches by 2 inches, should include accessories to naildown on the concrete floor to secure bench size : long1.80 meter, high 0.70 centimeters high.
40 each
67
Two-leaf door or Pair of folding doors, made out ofmetal, gray color, painted with anticorrosive paint; doorshould hung from the same frame size 1.60meter/centimeter wide X 3 meters of high. Two leaf doorshould be able to open at the same time or at one time.One leave or one panel door has to have a lockerattached to the floor; thickness of the door metal 38mm; the door has 2 handlers stainless, aluminum color,U shape, wit air ventilation ( rejillas de ventilaci6n) in theupper and lower part of each leave door size 200 mmwide x 250 mm high (rectangle shape) , thickness of themetal 1. 5 mm, the air ventilation should bring itsaccessories for installatio n, gray color
10 each
Shipping cost if applicable
IGV cost if applicable
Total cost
19PE5019Q0099 Page 8 of23
S h ippins I nstr uctions :
a.50%o Partial shipments is authorized at a minimum.
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
For Official consignee for the counter narcotics agreement at NL Peru for direct shipments:
Consignee: US EMBASSY - INL - NARCOTICS AFFAIRSAddress: Ala Adrea No. 2, Base A6rea, Callao, PerfAv. Elmer Faucett cdra40 s/n CallaoContact Information: Ana VizcardoE mail: [email protected] Phone: 618 2817Phone: 613 - 6300 ext. 4ll2 I 4137USG order TBD##############
All direct shipments coming from the United States should be ship directly from origin to finaldestination INL LIM.
Copy of the commercial invoice, detailed packing list showing description of the item (s), partnumber and/or serial number, quantity, unit price, number of boxes , measurement and weightper box, and AWB/ BL is requested to be emailed [email protected] prior to shipment for thefinal OK.
All boxes should be mark with the PO number or contract number.
. Important: "Important: all items shall be packaged for export (certified wood crating) incompliance with current USG export regulation".
BILLING NSTRUCTIONS - Invoices should be properly identified with Embassy's deliveryOrder number, supported by any prepaid shipping. Invoices should be sent to the followingbilling address:
DEPT OF STATEUS EMB LIMA
Value added taxes should not be imposed on this acquisition because the USG is sales taxexempted
Very important: If there is any hazmat material in the line items list, vendor must provide theMaterials Safety Data Sheet (MSDS) as soon as possible in order to proceed with the shipment.
19PE5019Q0099 Page 9 of23
Caution Notice: Iflwhen vendor fails to follow the shipping instructions and guidance, anyadditional expenses incurred by the USG due to that mistake will have to be paid by the Vendor(e.g. to be deducted from the Invoice, etc.).
Shioping instructions for local vendors:
Value added tax shall be quoted separately
19PE5019Q0099 Page 10 of23
SECTION 2 _ INSTRUCTIONS TO OFFEROR AND FAR CLAUSES
52.212-l Instructions to Offe rors-Comme rcial ltems.As prescribed in 12.301(b)(1), insert the following provision:
INsrRucrroNS ro Onpenons-CovrveRcrlr- Irpvs (JnN 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 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 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-(l) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The narne, 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 FAR52.212-3(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 recentand relevant contracts for the same or similar items and other references (including contractnumbers, points of contact with telephone numbers and other relevant information); and
(1 1) If the offer is not submitted on the SF 1449, include a statement specifring 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 ofoffers. The offeror agrees to hold the prices in its offer firm for 30calendar days from the date specified for receipt of offers, unless another time period is specifiedin an addendum to the solicitation.
19PE5019Q0099 Page ll of23
(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 Govemment, and retumed at the sender's
request and expense, unless they are destroyed during preaward testing.
(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 commercialitems for satisffing 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 Govemment 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 ofoffers 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 transmiued 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 thetime 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 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 of Governmentpersonnel.
(a) If an emergency or unanticipated event intemrpts normal Government processes so thatoffers cannot be received at the Government office designated for receipt of offers by the exacttime specified in the solicitation, and urgent Government requirements preclude amendment ofthe solicitation or other notice of an extension of the closing date, the time specified for receipt
f9PE50f9Q0099 Page 12 of23
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. Ifthe 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 conceming 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.
(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 initialoffer 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
Offrcer 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 minorirregularities 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 l0l-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
Washinglon, DC 20407
Telephone (202) 619 -8925
Facsimile (202) 619 -897 8.
(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 (ixlXi) of this provision. Additional copies
will be issued for a fee.
19PE5019Q0099 Page 13 of23
(2) Most unclassified Defense specifications and standards may be downloaded from the
following ASSIST websites:
(i) ASSTST
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) 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 );(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 l9l ll-5094, Telephone (215) 697-266712179, Facsimile (215) 697-1462.(4) Nongovernment (voluntary) standards must be obtained from the organization
responsible for their preparation, publication, or maintenance.
O Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 orless 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 rurme and address
on the cover page of its offer, the annotation "Unique Entity Identifier" 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
suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror toestablish additional SAM records for identifring alternative EFT accounts (see subpart 32.1 l) forthe same entity. If the Offeror does not have a unique entity identifier, it should contact the entitydesignated at www.sam.sov for unique entity identifier establishment directly to obtain one. TheOfferor should indicate that it is an offeror for a Government contract when contacting the entitydesignated at www.sam.sov for establishing the unique entity identifier.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, bysubmission 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 finalpayment 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, 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. acq uisition. eov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Govemment shall
disclose the following information, if applicable:
(l) The agency's evaluation of the significant weak or deficient factors in the debriefed
offeror's offer.
19PE5019Q0099 Page 14 of23
(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)
19PE5019Q0099 Page 15 of23
CLAUSES FOR PURCHASE ORDERS AND BLANKET PT]RCHASE AGREEMENTSAWARDED 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 force andeffect as if they were given in full text. Upon request, the Contracting Officer will make their full textavailable. Also, the full text of a clause may be accessed electronically at this address:https://www. uisition.sov/farDOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm
FEDERAL ACQUISITION REGULATION (48 CFR Chapter r) CLAUSES
NUMBER TITLE DATE
52.204-9 Personal Identity Verification of Contractor Personnel (ifcontractor requires physical access to a federally-controlled
facility or access to a Federal information system)
JAN 20I1
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)
JAN 2017
52.225-19 Contractor Personnel in a Diplomatic or Consular Mission
Outside the United States (applies to services at danger pay
posts only)
MAR 2OO8
52.227-19 Commercial Computer Software License (if order is for
software)
DEC2OOT
52.228-3 Workers' Compensation Insurance (Defense Base Act) (iforder is for services and contractor employees are covered by
Defense Base Act insurance)
TUL2OI4
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
19PE5019Q0099 Page 16 of23
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JAN 2017)
(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) ' , Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(2) , Protest After Award (Auc 1996) ( ).(3) , Applicable Law for Breach of Contract Claim (OCT 2004xPublic Laws 108-77 and 108-78
().(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officerhas 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.]
_ (l) , Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I(Oct 1995) ( and )
_(2) , Contractor Code of Business Ethics and Conduct (Oct 2015) ( )).
_ (3) , Whistleblower Protections under the American Recovery and Reinvestment Act of2009 (June 2010) (Section 1553 of Pub. L. I I l-5). (Applies to contracts funded by the American
Recovery and Reinvestment Act of 2009.)
_ (4) , Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)
(Pub. L. r0e-282) ( ).
_ (5) [Reserved].
_ (6) , Service Contract Reporting Requirements (Oct 2016) (Pub. L. I I l-117, section 743 ofDiv. C).
_(7) , Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016)
(Pub. L. I I I - 1 I 7, section 743 of Div. C).
_ (8) , Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
_ (9) , Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013)
(41 u.s.c. 2313).
_ (10) [Reserved].
_ (l lxi) , Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) ( ).
_ (ii) Alternate I (Nov 201 1) of_ (12Xi) , Notice of Price Evaluation Preference for HUBZone Small Business Concerns(Ocr 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) ( )_ (iD Alternate I (JAN 2011) of_ (13) [Reserved]
_ (l4xi) , Notice of Total Small Business Set-Aside (Nov 2011) ( ).
_ (ii) Alternate I (Nov 201 l)._ (iiD Alternate II (Nov 201l).
_ (l5Xi) , Notice of Partial Small Business Set-Aside (June 2003) ( ).
19PE5019Q0099 Page 17 of23
_ (ii) Alternate I (Oct 1995) of_ (iiD Alternate II (Mar 2004) of_ ( 1 6) , Utilization of Small Business Concerns (Nov 20 I 6) ( and (3 ))._ ( 1 7Xi) , Small Business Subcontracting Plan (Nov 20 1 6) ( )._ (ii) Alternate I (Nov 2016) of_ (iiD Alternate II (Nov 2016) of_ (iv) Alternate III (Nov 2016) of_ (v) Alternate IV (Nov 2016) of_ (18) , Notice of Set-Aside of Orders (Nov 2011) ( ).
_ (19) , Limitations on Subcontracting (Nov 201l) ( ).
_(20) , Liquidated Damages-Subcon-tracting Plan (Jan 1999) ( ).
-(21) , Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 201 l) (
).
_(22) , Post Award Small Business Program Rerepresentation (Jul 2013) (
).
-(23) , Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged
Women-Owned Small Business Concerns (Dec 2015) ( ).
-(24) , 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) ( ).
_(25) , Convict Labor (June 2003) (8.O. I1755).
-(26) , Child Labor-{ooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).
_(27) , Prohibition of Segregated Facilities (Apr 2015).
_ (28) , Equal Opportunity (Sept 2016) (E.O. I1246).
_(29) , Equal Opportunity for Veterans (Oct 2015)( )
_ (30) , Equal Opportunity for Workers with Disabilities (Jul 2014) ( ).
_ (3 I ) , Employment Reports on Veterans (FEB 20 1 6) (3 8 U. S.C. 4212).
-(32) , Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
(E.O. 134e6).
_X_ (33Xi) , Combating Trafficking in Persons (Mar 2015) ( and E.O.13627).
_ (ii) Alternate I (Mar 2015) of ( and E.O. 13627).
-(34) , Employment Eligibility Verification (OCr 2015). (Executive Order 12989). (Not
applicable to the acquisition of commercially available off-the-shelf items or certain other types ofcommercial items as prescribed in .)
- (35) , Compliance with Labor Laws (Executive Order 13673) (OCr 2016). (Applies at $50
million for solicitations and resultant contracts issued from October 25,2016 through April24,2017;applies at $500,000 for solicitations and resultant contracts issued after April 24,2017).Note to paragraph (bX35): By a court order issued on October 24,2016, 52.222-59 is enjoinedindefinitely as of the date of the order. The enjoined paragraph will become effective immediately if thecourt terminates the injunction. At that time, GSA, DoD and NASA will publish a document in theFederal Register advising the public of the termination of the injunction.
_ (36) , Paycheck Transparency (Executive Order 13673) (OCT 2016).
19PE5019Q0099 Page 18 of23
_ (37Xi) , Estimate of Percentage of Recovered Material Content for EPA-Designated Items
(May 2008) ( ). (Not applicable to the acquisition of commercially available
off-the-shelf items.)
_ (ii) Alternate I (May 2008) of ( ). (Not applicable to the acquisition ofcommercially available off-the-shelf item s. )
_X_ (38) , Ozone-Depleting Substances and High Global Warming Potential
Hydrofluorocarbons (JtrN 2016) (E.O. 13693).
_ (39) , Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and AirConditioners (Jtx 2016) (E.O. 13693).
_ (40)(i) , Acquisition of EPEAT@-Registered Imaging Equipment (Jrx 2014) (E.O.s 13423
and 13514).
_ (ii) Alternate I (Oct 2015) of_ (41Xi) , Acquisition of EPEAT@-Registered Televisions (JuN 2014) (E.O. s 13423 and
l3sl4).
_ (ii) Alternate I (Jun 2014) of_(42) , Energy Efficiency in Energy-Consuming Products (Dec 2007) ( ).
_ (43Xi) , Acquisition of EPEAT@-Registered Personal Computer Products (OCT 2015)
(E.O.s 13423 and 13514).
_ (ii) Alternate I (Jun 2014) of_X_(44) , Encouraging Contractor Policies to Ban Text Messaging While Driving (Auc 201 l)(E.O. 13s13).
_ (45) , Aerosols (JLrN 2016) (E.O. 13693).
_X_ (46) , Foams (Ju.r 2016) (E.O. 13693).
_(47) , Buy American-Supplies (May 2014) ( ).
_ (48Xi) , Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (
, note, note, note, note, Pub. L.
103-192,109-77,108-78,108-286,108-302,109-53,109-169,109-283, ll0-138,112-41,112-42,and112-43.
_ (ii) Alternate I (May 2014) of_ (iii) Alternate ll (May 2014) of_ (iv) Alternate III (May 2014) of_(49) , Trade Agreements (OCT 2016) ( , et seq., note).
_X_ (50) , Restrictions on Certain Foreign Purchases (June 2008) (8.O.'s, proclamations, and
statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
_ (51) , 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;
_(52) , Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( ).
_ (53) , Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (
)
_X_ (54) , Terms for Financing of Purchases of Commercial Items (Feb 2002) (
, ).
_ (55) , Installment Payments for Commercial Items (Oct 1995) ( ,
).
19P85019Q0099 Page 19 of23
_X_ (56) , Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)( ).
_ (57) , Payment by Electronic Funds Transfer-Other than System for Award Management(Jul 2013) ( ).
_ (58) , Payment by Third Party (May 2014) ( ).
_ (59) , Privacy or Security Safeguards (Aug 1996) ( ).
_ (60Xi) , Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (and )
_ (ii) Alternate I (Apr 2003) of(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercialservices, that the Contracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercial items:
fContracting Officer check as appropriate.]
_ (1) , Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).
_(2) , Service Contract Labor Standards (May 2014) ( ).
_ (3) , Statement of Equivalent Rates for Federal Hires (May 2014) ( and
).
_ (4) , Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment(Multiple Year and Option Contracts) (May 2014) 1 and ).
_ (5) , Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment(May 201a) ( and ).
_ (6) , Exemption from Application of the Service Contract Labor Standards to Contracts forMaintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (
)
_(7) , Exemption from Application of the Service Contract Labor Standards to Contracts forCertain Services-Requirements (May 2014) ( ).
_ (8) , Minimum Wages Under Executive Order 13658 (Dec 2015).
_ (9) , Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
- (10) , Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (
)
_ (11) , Accepting and Dispensing of $l Coin (Sept 2008) ( )(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of thisparagraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplifiedacquisition threshold, and does not contain the clause at , Audit and Records-Negotiation.(l) The Comptroller General of the United States, or an authorized representative of the ComptrollerGeneral, shall have access to and right to examine any of the Contractor's directly pertinent recordsinvolving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, andother evidence for examination, audit, or reproduction, until 3 years after final payment under thiscontract or for any shorter period specified in FAR , Contractor Records Retention, of theother clauses of this contract. If this contract is completely or partially terminated, the records relating tothe work terminated 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
f9PE5019Q0099 Page 20 of23
under or relating to this contract shall be made available until such appeals, litigation, or claims are finallyresolved.
(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 of law.
(e)(1) 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 shallbe
as required by the clause-(i) , Contractor Code of Business Ethics and Conduct (Oct 2015) ( )(ii) , Utilization of Small Business Concems (Nov 2016) ( and (3)), in all
subcontracts that offer further subcontracting opportunities. Ifthe subcontract (except subcontracts to
small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the
subcontractor must include in lower tier subcontracts that offer subcontracting opportunities.
(iii) , Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in
accordance with paragraph (l) of FAR clause
(iv) , Prohibition of Segregated Facilities (Apr 2015)
(v) , Equal Opportunity (Sept 2016) (E.O. I1246).
(vi) , Equal Opportunity for Veterans (Oct 2015) ( )(vii) , Equal Opportunity for Workers with Disabilities (Jul 2014) ( ).(viii) , Employment Reports on Veterans (Feb 2016) ( )(ix) , Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
(E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause
(x) , Service Contract Labor Standards (May 2014) ( ).(xi) , Combating Trafficking in Persons (Mar 2015) ( and E.O
13627).Alternate I (Mar 2015) of ( ).
(xii) , Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (
).(xiii) , Exemption from Application of the Service Contract Labor Standards to Contracts for
Certain Services-Requirements (May 2014) ( ).
(xiv) , Employment Eligibility Verification (Ocr 2015) (E.O. 12989).
(xv) , Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvi) , Compliance with Labor Laws (Executive Order 13673) (Ocr 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) , Paycheck Transparency (Executive Order 13673) (Ocr 2016)).
(xviii) , Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
19P85019Q0099 Page 2l of23
(xix) , 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;
(xx) , Promoting Excess Food Donation to Nonprofit Organizations (May 201a) (
). Flow down required in accordance with paragraph (e) of FAR clause
(xxi) , Preference for Privately Owned U.S.-Flag CommercialVessels (Feb 2006) (
and ). Flow down required in accordance with paragraph (d) of FARclause
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimalnumber of additional clauses necessary to satisfu its contractual obligations.
(End of clause)
19PE5019Q0099 Page 22 of23
DEPARTMENT OF STATE ACQUISITION REGULATION (48 CFR Chapter 6) CLAUSES
NUMBER TITLE DATE
652.225-7t Section 8(a) of the Export Administration Act of 1979, As
Amended (if order exceeds simplified acquisition threshold)
AUG 1999
652.229-70 Excise Tax Exemption Statement for Contractors Within the
United States (for supplies to be delivered to an overseas post)
JUL 1988
652.229-71 Personal Property Disposition at Posts Abroad AUG 1999
652.237-72 Observance of Legal Holidays and Administrative Leave (for
services where performance will be on-site in a Department of
State facility)
APR 2OO4
6s2.239-71 S ecurity Requirements for Unc las sifi ed Information
Technology Resources (for orders that include information
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)
SEP 2OO7
652.242-70 Contracting Officer's Representative (if a COR will be named
for the order) Fill-in for paragraph b: "The COR is
AUG 1999
652.242-71 Notice of Shipments JUL 1988
652.242-73 Authorization and Performance AUG 1999
652.243-70 Notices AUG 1999
6s2.247-71 Shipping Instruction FEB 2OI5
(End of clause)
19PE5019Q0099 Page 23 of23
SECTION 3 - EVALUATION FACTORS
Evaluation factors
E Award will be made to the lowest priced, acceptable, responsible offeror.
E The Government reserves the right to reject proposals that are unreasonably low or high in
price.
! The lowest price will be determined by multiplying the offered prices times the estimated
quantities in "Prices - Continuation of SF-l8, block I 1", and arriving at a grand total, including
all taxes where applicable.
! The Government will determine acceptability by assessing the offeror's compliance with the
terms of the RFQ.
! The Government will determine contractor responsibility by analyzing whether the apparent
successful offeror complies with the requirements of FAR 9. 1, including:
! Adequate financial resources or the ability to obtain them;
tr Ability to comply with the required performance period, taking into consideration all existing
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; and
n Be otherwise qualified and eligible to receive an award under applicable laws and regulations.