mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products...

42
SBU -PRIVACY OR PII Page | 1 REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [x] IS NOT A SMALL BUSINESS- SMALL PURCHASE SET-ASIDE (52.219-4) PAGE 1 OF | | PAGES 31 1. REQUEST NO. 19MX5320Q0033 2. DATE ISSUED July 23, 2020 3. REQUISITION/PURCHASE REQUEST NO. 4. CERT. FOR NAT. DEF. UNDER BDSA REG. 2 AND/OR DMS REG. 1 RATING 5A. ISSUED BY U.S. Embassy Mexico City General Services Office/Procurement Paseo de la Reforma No. 305 Colonia Cuauhtémoc 06500 Ciudad de Mexico 6. DELIVER BY (Date) Service under this Purchase Order shall be completed within 50 workdays and the entire period of performance shall not exceed 60 working days. 5B. FOR INFORMATION CALL: 7. DELIVERY X FOB DESTINATION OTHER (See Schedule) NAME Carol Melora Johnston TELEPHONE NUMBER AREA CODE 52 (55) NUMBER 5080-2000 ext:4847 8. TO: 9. DESTINATION a. NAME b. COMPANY a. NAME OF CONSIGNEE U.S. Embassy Mexico City c. STREET ADDRESS b. STREET ADDRESS Paseo de la Reforma No. 305 Colonia Cuauhtémoc d. CITY e. STATE f. ZIP CODE c. CITY Mexico d. STATE CDMX e. ZIP CODE 06500 10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5A ON OR BEFORE CLOSE OF BUSINESS (Date) July 10, 2020 IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5A. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter 11. SCHEDULE (Include applicable Federal, State and local taxes) ITEM NO. (a) SUPPLIES/SERVICES (b) QUANTITY (c) UNIT (d) UNIT PRICE (e) AMOUNT (f)

Transcript of mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products...

Page 1: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 1REQUEST FOR QUOTATIONS THIS RFQ [ ] IS [x] IS NOT A SMALL BUSINESS-

SMALL PURCHASE SET-ASIDE (52.219-4)PAGE

1OF

||

PAGES

311. REQUEST NO.

19MX5320Q00332. DATE ISSUED

July 23, 20203. REQUISITION/PURCHASE REQUEST NO. 4. CERT. FOR NAT. DEF.

UNDER BDSA REG. 2 AND/OR DMS REG. 1

RATING

5A. ISSUED BY

U.S. Embassy Mexico CityGeneral Services Office/ProcurementPaseo de la Reforma No. 305Colonia Cuauhtémoc06500 Ciudad de Mexico

6. DELIVER BY (Date)

Service under this Purchase Order shall be completed within 50 workdays and the entire period of performance shall not exceed 60 working days.

5B. FOR INFORMATION CALL: 7. DELIVERY

X FOB DESTINATION OTHER (See Schedule)NAME

Carol Melora JohnstonTELEPHONE NUMBER

AREA CODE

52 (55)NUMBER

5080-2000 ext:4847

8. TO: 9. DESTINATION

a. NAME b. COMPANY a. NAME OF CONSIGNEEU.S. Embassy Mexico City

c. STREET ADDRESS b. STREET ADDRESSPaseo de la Reforma No. 305Colonia Cuauhtémoc

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

Mexicod. STATE

CDMXe. ZIP CODE

0650010. PLEASE FURNISH QUOTATIONS TO THE

ISSUING OFFICE IN BLOCK 5A ON OR BEFORE CLOSE OF BUSINESS (Date)

July 10, 2020

IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5A. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter

11. SCHEDULE (Include applicable Federal, State and local taxes)ITEM NO.(a)

SUPPLIES/SERVICES(b)

QUANTITY(c)

UNIT(d)

UNIT PRICE(e)

AMOUNT(f)

1

2

3

4

5

Brand new indoor variable volume air handling unit, Model XTI-51x42x90, brand YORK with configuration on two levels.(Name Brand or equal to)

Brand new color touch thermostat for air handling unit, Johnson Controls brand, programmable with BACNet MSTP, 24VAC connectivity. Model TEC3612-14-000. (Name brand or equal to)

Brand new AtmosAir Ionization system for a handler with a flow of 4000 CFM. Matterhorn 1002 (Name Brand or equal to)

Remove and dispose of installed old AHU

Installation of new AHU including all the necessary material.

1

1

1

1

1

Each

Each

Each

Each

Each

12 DISCOUNT FOR PROMPT PAYMENTa. 10 CALENDAR DAYS

%b. 20 CALENDAR DAYS

%

c. 30 CALENDAR DAYS

%d. CALENDAR DAYS

NUMBER %

NOTE: Additional provisions and representations [ ] are [ ] are not attached.

Page 2: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 2

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

15 DATE OF QUOTATION

a. NAME OF QUOTER

b. STREET ADDRESS 16. SIGNER

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

d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) AREA CODE

NUMBER

STANDARD FORM 18

Page 3: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 3

SECTION 1DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

I. Scope of Services

A. The United States Government (U.S.G) requires the replacement of an Air Handler Unit (AHU) (Recold de Mexico model AH-50) for a new AHU that complies with the necessary requirements. This equipment has been in use for around 46 years. The equipment sucks in a lot of air from its current location next to the sewage tank and distributes the odor; it also lacks the thermal capacity required for the affected area. This is a firm-fixed price type of purchase order.

B. The prices listed below shall include all labor, materials, overhead, profit, and transportation necessary to deliver the required items on the date and to the location stated in paragraph IV, Delivery Instructions.

II. Pricing

Line Item Description Unit Unit Price Quantity Total Price

01

Brand new indoor variable volume air handling unit, Model XTI-51x42x90,

brand YORK with configuration on two

levels.(Name Brand or equal to)

Each $ 1 $

02

Brand new color touch thermostat for air handling

unit, Johnson Controls brand, programmable with BACNet MSTP, 24VAC

connectivity. Model TEC3612-14-000. (Name

brand or equal to)

Each $ 1

03

Brand new AtmosAir Ionization system for a handler with a flow of 4000 CFM. Matterhorn 1002 (Name Brand or

equal to)

Each $ 1

04 Remove and dispose of installed old AHU Each $ 1

05Installation of new AHU

including all the necessary material.

Each $ 1

VAT (if applicable) $

Grand Total

Page 4: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 4

III. Description of Items

We require a complete replacement of the AHU Recold de Mexico model AH-50 for a new YORK AHU model XTI-51x42x90 (Name brand or equal to).

The awarded contractor will remove the old AHU model AH-50 and dispose of this equipment.

Then they will install the new YORK AHU model XTI-51x42x90 of 10 T.R. (121 MBTU/hr). All the installation must be adequate with the existing one including necessary piping, insulation and air ducts.

Specification of the new AHU is YORK model XTI-51x42x90 are as follow:

Unit Overview

Model Cabinet Performance Airflow (CFM) Altitude (ft) Weight (lbs)

XTI-51x42x90 Solution 4,000 7,350 1,952

 

Segment Sequence

 

(VC FF FM)(FS)

 

Unit Construction

 

Casing Details

Segment(s) Thickness (in) Exterior Paint Exterior Gauge and Material

Interior Gauge and Material

Insulation Thickness and

Material

Bulkhead Material

FM ,  FF ,  VC ,  FS   2 None STD Ga. G-90 Galvanized

STD Ga. G-90 Galvanized 2" Foam Galvanize

d

Base Details

Segment(s)

Base Floor

Gauge and Material Paint Gauge and Material Paint Insulation Attachment Tread

Plate

FM, FF, VC, FS None None None STD Ga. G-90 Galvanized None N/A - None

 

Page 5: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 5

 

Unit Electrical

 

Circuit Details

Circuit # Component(s) V/Ph/Hz Full Load Amps (FLA) Minimum Current Ampacity (MCA)

Maximum Overcurrent

Protection (MOP)

1 Supply Fan Motor Control, Factory Packaged Controls 230/3/60 15.4 19.2 30.0

Electrical Details

Minimum Unit SCCR 5 kA rms Symmetrical ETL Label (UL1995/NEC-2002) Yes

Unit Light Type Unit Light Switch

- -

Supply Fan(s)

 

Performance Details

Fan Manufacturer Model Class Size % Wheel

Width% Wheel Diameter Quantity Total Airflow

(CFM) Altitude (ft)TSP

(in w.g)

ESP

(in w.g)

Fan Speed (RPM)

Fan Power (BHP)

Comefri ATLI II 12-9  100   100  1  4,000   7,350   4.37   3.50   1,894   4.37 

Drive Type Drive SF Wheel Type Blade Type Wheel

Material Base Material Fan Flow Isolation

Isolation Type

Total Eficiency

(%)

Outlet Velocity

(ft/s)

Max Speed (RPM)

Fan Power (BHP) w/ Drive

Loss

Belt Drive - Fixed  1.5  DWDI Forward 

Curved Steel Galvanized Steel None 1" Spring  71.08   3,027   2,115   4.68 

Motor Details

Type ManufacturerMotor Power (HP)

V/Ph/Hz Quantity Insulation Class

Motor Speed (RPM)

Frame Size Full Load Amps (Amps) Efficiency Location

ODP Baldor  5.0  230/3/60 1 F  1,800  184  13.20  Premium Right

At Motor Synchronous Details

TSP (in w.g.) Total Air Flow (CMF) Fan Speed (RPM) Motor Correction Factor(%) Fan Power (BHP) Total Eficiency (%)

 4.37   4,000   1,894   89.5   4.37   71.08 

 

 

 

 

Page 6: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 6

Water Coil(s)

 

Performance1 Details

Coil Fluid Type Rows

Fin Spacing

(FPI)TPC TMBH SMBH

EAT (°F) LAT (°F) Airflow (CFM)

FV (ft/min) APD Flow

(GPM)EWT (°F)

LWT (°F)

Fluid Vel. (ft/s) WPD Alt.

(ft)DB WB DB WB

VC Water 5 12 10 121 110 86.0 62.6  52.1 50.4  4,000 449 0.30 24.1 45.0 55.0 2.4 3.8 7,350

Construction Details

CoilLocation

Offset (in) Connection Material3

Connection Rotation (degrees) Connection Type

Supply Connection (Per Coil) Coil

Stack RackCoil Index2 Connection Qty Size (in)

VC 0 Left 0 Steel 0 MPT 1 2 -

Coil # of Coils High

Face Type

Total Fin Height (in)

Fin Length (in)

Coil Face Area (ft2) Fin Material Fin Thickness

(in) Fin Type Tube Diameter (in) Tube Material

Tube Wall Thickness

(in)

VC 1 Full 42.50 30 8.9 AL .010 Corrugated 1/2 Copper .016

Coil Coil Coating Dry Weight (lbs) Fluid Weight (lbs) Fluid Volume (ft³) Header Material Casing Material Intermediate Drain

Pan MaterialFouling Factor (hr.ft².°F/BTU)

VC - 169 49 .8 Copper Galvanized 304 Stainless Steel -  

Notes

¹Performance is shown for the entire coil bank. Performance is not per coil.

²Coil index indicates position in segment. Example: CC-1, index 0; Spacer, index 1; CC-2, index 2

³Johnson Controls suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system.

All coils are rated with a fouling factor of 0.00000 hr.ft².°F/BTU unless otherwise noted

Ratings are for coils manufactured by Johnson Controls, Inc., 507 E. Michigan St., Milwaukee WI 53202.

Coil DLL Version: 7.7d.004

BDW Tube Spacing: 1.25 x 1.08

VC[1][0]: This coil is certified in accordance with the AHRI Forced-Circulation Air-Cooling and Air-Heating Coils Certification Program which is based on AHRI Standard 410 within the range of Standard rating conditions listed in Table 1 of the Standard. Certified units may be found in the AHRI Directory at www.ahridirectory.org.

Page 7: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 7

IV. Work Requirements

1. Work to be performed in phases:

a. Phase I: Remove the old AHU model AH-50, closing water and electrical connectionsb. Phase II: Do all necessary installation of the new AHU YORK XTI-51x42x90 and test it.

2. Technical Requirements/ Specific Requirements

a. The contractor must perform daily cleaning of the work area. The contractor shall provide all labor, equipment and materials to complete the project and shall ensure that it has the adequate resources to successfully manage and deliver this project on-time and within the quoted amount. The contractor will use all the necessary precautions in order to maintain the safety in the work place.b. In addition to the daily cleaning, contractor must remove any debris/garbage on a weekly basis off the property compound. c. The contractor must follow and meet U.S. and local construction codes and procedures as well as OSHA Safety Standards & OSHA Regulations which are available at www.osha.gov. d. The contractor must meet the applicable technical criteria codes for the most recent codes including:

International Building Code, International Fire Code (IFC), International Mechanical Code (IMC), National Electrical Code (NEC) and All other applicable Local Codes. Code books are available online, in bookstores

and/or in libraries.

3. Contractor's personnel

All personnel assigned by the contractor for the performance of the respective services shall be supervised by the contractor. There shall be no employer employee relationship between the USG and the contractor's personnel. Subcontractors may only be employed with the express written consent of the COR.

4. USG furnished materials/equipment:

The electrical installation required will be done in-house by FAC electrical crew to prevent any damage to the main switch board.

5. Supporting Information

Page 8: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 8

Security- A U.S. Government employee is to be with the contractor's workers at all times while they are on site. No worker/equipment/material/vehicle will be allowed to enter the compound or any building without written approval from the embassy RSO (Regional Security Office).

- If requested by the contractor, the U.S. embassy will provide a space to the contractor to store their tools needed for the construction. (Please update as required)- No dedicated telephone service/extension is to be provided to the contractor by the U.S. embassy. The contractor can only use the property telephone service if it is to report a critical emergency and always with previous approval of the COR.

6. Inspection and Acceptance

Quality assurance:The Contractor, not the Government, is responsible for management and quality control to meet the terms of the contract. The role of the Government is to conduct quality assurance to ensure that contract standards are achieved.

             The contractor shall institute an appropriate inspection system including:

- Develop and maintain checklists of duties to be carried out.- Ensure these duties are closely monitored by the foremen staff and skilled workers.

- Perform inspections at all work locations to determine whether the various services are being performed according to the contract requirements.

Inspection Reports: a. On a weekly basis, the Contractor must submit project progress reports to the COR, detailing all activities accomplished that week, inspections conducted and their results, and detailing all activities anticipated for the upcoming week. b. The contractor shall promptly correct and improve the reported shortcomings and/or understand conditions noted in the progress reports at no additional expense to the Government.

Below are the standard requirements: Performance schedule and Business Management/Technical Proposal.

Present the performance schedule in the form of a "Gantt bar chart" indicating when the various portions of the work will be commenced and completed within the required schedule. This bar chart shall be in sufficient detail to clearly show each segregated portion of work and its planned commencement and completion date.

The Business Management/Technical Proposal shall be in two parts, including the following information:

Page 9: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 9

Proposed Work Information - Provide the following:

-A list of the names, addresses and telephone numbers of the owners, partners, and principal officers of the Offeror;

- The name and address of the Offeror's field superintendent for this project;

- A list of the names, addresses, and telephone numbers of subcontractors and principal material suppliers to be used on the project, indicating what portions of the work will be performed by them.

V. Delivery Instructions

Any Contractor personnel involved with the delivery of the items shall comply with standard U.S. Embassy regulations for receiving supplies.

A. Delivery Address

The Contractor shall deliver all ordered items to the ☐ U.S. Embassy Mexico City, ☒ U.S. Despatch Agent located in:

225 S. VERMILLION AVE.BROWNSVILLE, TEXAS 78521

If contractor is located in Mexico City they shall deliver all ordered items to the ☒ U.S. Embassy Mexico City, ☐ U.S. Despatch Agent located in:

AV. PASEO DE LA REFORMA 305, CUAUHTÉMOC, 06500 CIUDAD DE MÉXICO, CDMX, MEXICO

B. Delivery Time

The entire contract shall be completed within (50) workdays and the entire period of performance shall not exceed (60 working days).

All systems remove and installation work of the AHU shall be performed during normal working hours from 08:30 to 17:30, Monday through Friday (Please mark working hours as required). The need to work on a Saturday, Sunday, or holiday may arise. Other hours, if requested by the Contractor, may be approved by the Contracting Officer's Representative (COR). The Contractor shall give 72 hours advance notice to the COR who will consider any deviation from the hours identified above. Changes in work hours, initiated by the Contractor, will not be a cause for a price increase.

Page 10: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 10

C. Packing

Items covered by this order shall be well protected and carefully packed for domestic shipment in accordance to the best commercial rail or motor cargo practices.

D. Marking

Complete address and Embassy Purchase Order must be stenciled or printed on each shipment container, carton, box or package; the box number (1 of 2, 2 of 2 et.c) and the name and address of the shipper shall also be shown.

Example 1: FOR: POC name/U.S. Embassy Mexico City

P.O. #19MX5319PXXXX225 S. Vermillion Ave.Brownsville, TX 78521

Example 2:FOR: POC name/U.S. Embassy Mexico City

P.O. #19MX5319PXXXXPaseo de la Reforma 305,Col. Cuauhtémoc C.P. 06500

E. Delivery Notices

The Procurement Agent who submitted the Purchase Order shall receive prior notice of all deliveries to be performed. This notice shall be submitted by e-mail stating the estimated delivery date and shipment tracking information.

Additionally, the Receiving Offices shall also receive prior notice as follows:

i. When delivering at the U.S. Embassy Mexico City

Contact Zahira Clavijo, Moises Puga, Ernesto Ramirez or Sharif Chavez

Phone numbers: Zahira Clavijo: 5080-2472 Ernesto Ramirez: 5080-2000 ext. 4612 Sharif Chavez: 5080-2000 ext. 4081 Moises Puga: 5080-2000 ext. 4629

E-mail address: [email protected]

ii. When delivering at the U.S. Despatch Center in Brownsville, TX

Contact the Despatch Team

Phone numbers: (956) 982-3916/6899/6976

Page 11: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 11

VI. Quality Assurance and Surveillance Plan (QASP)

This plan provides an effective method to promote satisfactory contractor performance. The QASP provides a method for the Contracting Officer's Representative (COR) to monitor Contractor performance, advise the Contractor of unsatisfactory performance, and notify the Contracting Officer of continued unsatisfactory performance. The Contractor, not the Government, is responsible for management and quality control to meet the terms of the contract. The role of the Government is to monitor quality to ensure that contract standards are achieved.

Performance Objective Scope of Work Para Performance ThresholdServices.Performs all furnish and delivery services set forth in the scope of work.

I through IV All required services are performed and no more than one (1) customer complaint is received per month.

Page 12: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 12

SECTION 2

PURCHASE ORDER CLAUSES

COMMERCIAL ITEMS

FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998)

This purchase order or BPA incorporates the following clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far

DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) CLAUSES

NUMBER TITLE DATE52.204-7 System for Award Management OCT 201852.204-9 Personal Identity Verification of Contractor Personnel (if

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

JAN 2011

52.204-13 System FOR Award Management Maintenance OCT 201852.204-18 Commercial and Government Entity Code Maintenance JUL 201652.212-4 Contract Terms and Conditions – Commercial Items

(Alternate I (MAY 2014) of 52.212-4 applies if the order is time-and-materials or labor-hour)

OCT 2018

52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission Outside the United States.

MAY 2020

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

DEC 2007

52.228-3 Workers’ Compensation Insurance (Defense Base Act) (if order is for services and contractor employees are covered by Defense Base Act insurance)

JUL 2014

52.228-4 Workers’ Compensation and War-Hazard Insurance (if order is for services and contractor employees are not covered by Defense Base Act insurance)

APR 1984

Page 13: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 13

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2020)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).

(5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

                 ☒ (1) 52.203-6, Restrictions on Subcontractor Sales to the

Government (JUNE 2020), with Alternate I (OCT 1995) ( 41U.S.C.4704 and 10   U.S.C.   2402 ).

            ☒ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41   U.S.C.   3509 )).

            ☐ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

            ☐ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) ( 31   U.S.C.   6101   note ).

Page 14: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 14

           ☐ (5) [Reserved].           ☐ (6) 52.204-14, Service Contract Reporting Requirements (OCT

2016) (Pub. L. 111-117, section 743 of Div. C).            ☐ (7) 52.204-15, Service Contract Reporting Requirements for

Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111-117, section 743 of Div. C).

            ☐ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31   U.S.C.   6101   note ).

            ☐ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41   U.S.C.   2313 ).

           ☐ (10) [Reserved].           ☐ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (MAR

2020) (15   U.S.C.   657a ).                  ☐ (ii) Alternate I (MAR 2020) of 52.219-3.          ☐ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small

Business Concerns (MAR 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15   U.S.C.   657a ).

                  ☐ (ii) Alternate I (MAR 2020) of 52.219-4.          ☐ (13) [Reserved]          ☐ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (MAR

2020) of 52.219-6 (15   U.S.C.   644 ).                  ☐ (ii) Alternate I (MAR 2020) of 52.219-6 .          ☐ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (MAR

2020) (15   U.S.C.   644 ).                  ☐ (ii) Alternate I (MAR 2020) of 52.219-7.            ☐ (16) 52.219-8, Utilization of Small Business Concerns (OCT

2018) (15   U.S.C.   637(d)(2)  and (3)).          __ (17) (i) 52.219-9, Small Business Subcontracting Plan (JUN

2020) (15   U.S.C.   637(d)(4) ).                  ☐ (ii) Alternate I (NOV 2016) of 52.219-9.                  ☐ (iii) Alternate II (NOV 2016) of 52.219-9.                  ☐ (iv)Alternate III (JUN 2020) of 52.219-9.                  ☐ (v)Alternate IV (JUN 2020) of 52.219-9          ☐ (18) (i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15   U.S.C.   644(r) ).                (ii) Alternate I (MAR 2020) of 52.219-13.            ☐ (19) 52.219-14, Limitations on Subcontracting (MAR

2020) (15   U.S.C.   637(a)(14) ).            ☐ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN

1999) (15   U.S.C.   637(d)(4)(F)(i) ).

Page 15: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 15

            ☐ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15   U.S.C.   657f ).

          ☐ (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (MAY

2020) (15   U.S.C.   632(a)(2) ).                (ii) Alternate I (MAR 2020) of 52.219-28.            ☐ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to,

Economically Disadvantaged Women-Owned Small Business Concerns (MAR 2020) (15   U.S.C.   637(m) ).

            ☐ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Mar2020) (15   U.S.C.   637(m) ).

            ☐ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15   U.S.C.   644 (r)).

            ☐ (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15U.S.C. 637(a)(17)).

            ☒ (27) 52.222-3, Convict Labor (JUN 2003) (E.O.11755).            ☒ (28) 52.222-19, Child Labor-Cooperation with Authorities and

Remedies (JAN2020) (E.O.13126).            ☐ (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015).          ☒ (30) (i) 52.222-26, Equal Opportunity (SEP 2016) (E.O.11246).                  ☐ (ii) Alternate I (FEB 1999) of 52.222-26.          ☒ (31) (i) 52.222-35, Equal Opportunity for Veterans (JUN

2020) (38   U.S.C.   4212 ).                  ☐ (ii) Alternate I (JUL 2014) of 52.222-35.          ☒ (32) (i) 52.222-36, Equal Opportunity for Workers with

Disabilities (JUN 2020) (29   U.S.C.   793 ).                  ☐ (ii) Alternate I (JUL 2014) of 52.222-36.            ☐ (33) 52.222-37, Employment Reports on Veterans (JUN 2020)

(38   U.S.C.   4212 ).            ☐ (34) 52.222-40, Notification of Employee Rights Under the

National Labor Relations Act (DEC 2010) (E.O. 13496).          ☒ (35) (i) 52.222-50, Combating Trafficking in Persons (JAN

2019) (22   U.S.C.   chapter   78  and E.O. 13627).                  ☐ (ii) Alternate I (MAR 2015) of 52.222-

50 (22   U.S.C.   chapter   78  and E.O. 13627).            ☐ (36) 52.222-54, Employment Eligibility Verification (OCT 2015).

(Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

          ☐ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for

EPA–Designated Items (May 2008) ( 42   U.S.C.   6962(c)(3)(A)(ii) ). (Not applicable to the acquisition of commercially available off-the-shelf items.)

Page 16: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 16

                  ☐ (ii) Alternate I (MAY 2008) of 52.223-9 (42   U.S.C.   6962(i)(2) (C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

            ☐ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).

            ☐ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Re/content/42702-purposeigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).

          ☐ (40) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN

2014) (E.O.s 13423 and 13514).                  ☐ (ii) Alternate I (OCT 2015) of 52.223-13.          ☐ (41) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN

2014) (E.O.s 13423 and 13514).                  ☐ (ii) Alternate I (Jun2014) of 52.223-14.            ☐ (42) 52.223-15, Energy Efficiency in Energy-Consuming

Products (DAY 2007) (42   U.S.C.   8259b ).          ☐ (43) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer

Products (OCT 2015) (E.O.s 13423 and 13514).                  ☐ (ii) Alternate I (JUN 2014) of 52.223-16.            ☐ (44) 52.223-18, Encouraging Contractor Policies to Ban Text

Messaging While Driving (JUN 2020) (E.O. 13513).

            ☐ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).    ☐ (46) 52.223-21, Foams (Jun2016) (E.O. 13693).      ☐ (47) (i) 52.224-3 Privacy Training (JAN 2017) (5 U.S.C. 552 a).  ☐ (ii) Alternate I (JAN 2017) of 52.224-3.     ☐ (48) 52.225-1, Buy American-Supplies (May 2014) (41   U.S.C.   chapter   83 ).  ☐ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014) (41   U.S.C.chapter83 , 19   U.S.C.   3301   note, 19   U.S.C.   2112   note, 19   U.S. C.   3805  note, 19   U.S.C.   4001  note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

                  ☐ (ii) Alternate I (MAY 2014) of 52.225-3.                  ☐ (iii) Alternate II (MAY 2014) of 52.225-3.                  ☐ (iv) Alternate III (MAY 2014) of 52.225-3.            ☐ (50) 52.225-5, Trade Agreements (OCT 2019) (19   U.S.C.   2501 , et

seq., 19   U.S.C.   3301  note).            ☐ (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN

2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

Page 17: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 17

            ☐ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10   U.S.C. 2302Note).

            ☐ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (42   U.S.C.   5150 ).

            ☐ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42   U.S.C.   5150 ).

            ☐ (55) 52.229-12, Tax on Certain Foreign Procurements (JUN 2020).            ☐ (56) 52.232-29, Terms for Financing of Purchases of Commercial

Items (FEB 2002) (41   U.S.C.   4505 , 10   U.S.C.   2307(f) ).            ☐ (57) 52.232-30, Installment Payments for Commercial Items

(Jan2017) (41   U.S.C.   4505 , 10   U.S.C.   2307(f) ).            ☒ (58) 52.232-33, Payment by Electronic Funds Transfer-System for

Award Management (OCT2018) (31   U.S.C.   3332 ).            ☐ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than

System for Award Management (Jul 2013) (31   U.S.C.   3332 ).            ☐ (60) 52.232-36, Payment by Third Party (MAY

2014) (31   U.S.C.   3332 ).            ☐ (61) 52.239-1, Privacy or Security Safeguards (AUG

1996) (5   U.S.C.   552a ).            ☐ (62) 52.242-5, Payments to Small Business Subcontractors (JAN

2017) (15   U.S.C.   637(d)(13) ).          ☐ (63) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial

Vessels (FEB 2006) (46   U.S.C.   Appx.   1241(b)  and 10   U.S.C.   2631 ).                 ☐ (ii) Alternate I (APR 2003) of 52.247-64.                 ☐  (iii) Alternate II (FEB 2006) of 52.247-64.      (c) The Contractor shall comply with the FAR clauses in this paragraph

(c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

                 ☐ (1) 52.222-41, Service Contract Labor Standards (AUG

2018) (41   U.S.C.   chapter67 ).            ☐ (2) 52.222-42, Statement of Equivalent Rates for Federal

Hires (MAY 2014) (29   U.S.C.   206  and 41   U.S.C.   chapter   67 ).            ☐ (3) 52.222-43, Fair Labor Standards Act and Service Contract

Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29   U.S.C.   206  and 41   U.S.C.   chapter   67 ).

            ☐ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206   and 41   U.S.C.   chapter   67 ).

            ☐ (5) 52.222-51, Exemption /content/42702-purposeom Application of the Service Contract Labor Standards to Contracts for Maintenance,

Page 18: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 18

Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41   U.S.C.   chapter   67 ).

            ☐ (6) 52.222-53, Exemption /content/42702-purposeom Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41   U.S.C.   chapter   67 ).

            ☐ (7) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).

            ☐ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

            ☐ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42   U.S.C.   1792 ).

      (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.

           (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.

           (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the 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 under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

           (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision 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)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

                (i) 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41   U.S.C.   3509 ).

                (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act,

Page 19: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 19

2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

                (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).

                (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).

                (v) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15   U.S.C.   637(d)(2)  and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

                (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).                (vii) 52.222-26, Equal Opportunity (SEP 2015) (E.O.11246).                (viii) 52.222-35, Equal Opportunity for Veterans (JUN

2020) (38   U.S.C.   4212 ).                (ix) 52.222-36, Equal Opportunity for Workers with

Disabilities (JUN 2020) (29   U.S.C.   793 ).                (x) 52.222-37, Employment Reports on Veterans (JUN

2020) (38   U.S.C.   4212 ).                (xi) 52.222-40, 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 52.222-40.

                (xii) 52.222-41, Service Contract Labor Standards (Aug2018) (41   U.S.C.   chapter   67 ).

                (xiii) (A) 52.222-50, Combating Trafficking in Persons (JAN

2019) (22   U.S.C.   chapter   78  and E.O 13627).                     (B) Alternate I (Mar2015) of 52.222-

50 (22   U.S.C.   chapter   78   and   E.O.   13627 ).                (xiv) 52.222-51, Exemption /content/42702-purposeom

Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41   U.S.C.   chapter   67 ).

                (xv) 52.222-53, Exemption /content/42702-purposeom Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY2014) (41   U.S.C.   chapter   67 ).

                (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989).

                (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).

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

Page 20: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 20

                (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5   U.S.C.   552a ).                     (B) Alternate I (JAN 2017) of 52.224-3.                (xx) 52.225-26, Contractors Performing Private Security

Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10   U.S.C.   2302   Note) .

                (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42   U.S.C.   1792 ). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

                (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46   U.S.C.   Appx.   1241(b)  and 10   U.S.C.   2631 ). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

           (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

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

NUMBER TITLE DATE652.225-71 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 1999652.237-72 Observance of Legal Holidays and Administrative Leave

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

FEB 2015

652.239-71 Security Requirements for Unclassified 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 2007

652.242-70 Contracting Officer’s Representative (if a COR will be named for the order)

AUG 1999

652.242-71 Reserved.652.242-73 Authorization and Performance AUG 1999652.243-70 Notices AUG 1999652.247-71 Shipping Instruction FEB 2015

Page 21: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 21

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

(End of clause)

Page 22: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 22

SECTION 3

INSTRUCTIONS TO QUOTERS AND EVALUATION FACTORS

I. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2020)

Instructions to Offeror. Each quote must consist of the following forms completely filled out:

Standard Form (SF-18) (blocks 13, 14, 15 and 16 as appropriate must be filled out) Pricing table in section 1 Vendor Registration form- Attachment 1 DUNS, NCAGE and SAM Registrations completed – Attachment 2 Safety Plan Form

*All proposals and documents must be in English

II. Company Background

Companies are encouraged to present information and examples of previous experience.

III. Site Visit Information

The offeror must attend a site visit. During the scheduled site visit, all interested bidders are to inspect the site and observe the existing conditions in order to prepare an accurate bid. The contractor must have received the SOW and its attachments before the site visit. There will be no changes to the SOW based on the site-visit. Date of visit is to be announced.

IV. Evaluation Factors

A. The U.S. Government intends to award a Purchase Order to the lowest priced, technically acceptable, responsible quoter based on initial quotations, without holding discussions. However, discussions might be held with companies in the competitive range if there is a need to do so.

B. The Government reserves the right to reject proposals that are unreasonably low or high in price.

C. The lowest price will be determined by adding each line item in “Prices - Continuation of SF-18”, and arriving at a grand total, including all options, if any.

D. The Government will determine quoter acceptability will be determined by assessing the quoter's compliance with the terms of the RFQ.

Page 23: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 23

E. The Government will determine quoter responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1, including:

Adequate financial resources or the ability to obtain them; 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 Be otherwise qualified and eligible to receive an award under applicable

laws and regulations.

(a) North American Industry Classification System (NAICS) code and small business size standard.The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.

(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show—

(1) The solicitation number;

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) “Remit to” address, if different than mailing address;

(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

Page 24: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 24

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

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

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.

(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.

(f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or

(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or

(C) If this solicitation is a request for proposals, it was the only proposal received.

Page 25: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 25

(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(i) Availability of requirements documents cited in the solicitation.

(1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-

Page 26: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 26

GSA Federal Supply Service Specifications Section Suite 8100 470 East L’Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.

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

(i) ASSIST ( https://assist.dla.mil/online/start/).

(ii) Quick Search ( http://quicksearch.dla.mil/).

(iii) ASSISTdocs.com (http://assistdocs.com).

(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-

(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);

(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

(j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “Unique Entity Identifier” followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity

Page 27: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 27

identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.

(k) [Reserved]

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

(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.

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

(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(4) A summary of the rationale for award;

(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

(End of provision)

Page 28: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 28

ATTACHMENT 1

PAYMENT REGISTRATION FORMPESOS, MEXICAN CURRENCY

Company Information

New Registration of Account Change of Account

Name of the account holderRFC (for Mexican Companies)Name - Point of ContactTelephone NumberE-mail AddressAddress

Bank information needed for EFT transfers in Pesos, Mexican Currency.

BANK INFORMATIONBank Name CLABE Interbancaria (18 digits) Currency of Account MXN

***If it is a collection account please include the reference number:

Numeric reference:Alphanumeric reference:

Signature Date

FMC approval

Page 29: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 29

Page 30: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 30

PAYMENT REGISTRATION FORMUSD CURRENCY

Company Information

New Registration of Account Change of Account

Name of the account holderName - Point of ContactTelephone NumberE-mail AddressAddress

Bank information needed for EFT transfers in USD to a Bank in the United States.

BANK INFORMATION

Bank Name  

Bank Routing Number

(must be 9 digits beginning with a 0,1,2 or 3) 

Account Number  

Currency of Account USD

Signature Date

FMC approval

Page 31: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 31

ATTACHMENT 2

GUIDE FOR DUNS, NCAGE AND SAM REGISTRATION

BACKGROUND:

To be eligible for an award, all prospective Offerors shall have a unique nine digit Data Universal Numbering System (DUNS) number; a Commercial and Government Entity (Cage)/North Atlantic Treaty Organization (Nato) = (NCage) Code; and register to System for Award Management (SAM). Refer to FAR 4.605(b). For further guidance see the two attachments at the end of this Attachment.Vendors have experienced difficulty registering in SAM. One of the most common issues is inaccurate address validation. SAM first validates that NATO Commercial and Government Entities (NCAGE) and Dun & Bradstreet (DUNS) addresses match. Following that, there is a check that the DUNS address matches what the entity has on file with their national central bank (NCB). The NCB address is pulled from the vendor’s primary bank account. Because SAM compares NCAGE and DUNS addresses before comparing DUNS and NCB addresses, entities occasionally correct addresses in both DUNS and NCAGE systems only to find out that they have to change those addresses again to match their NCB address.NOTE: it is very important that each company/entity register with their fiscal company name and address in DUNS, NCAGE as well as in SAM and without misspelling/typos. The information shall match and be exactly the same on all registrations, if not; the process will take a minimum of four months.

DUNS NUMBER:

Offerors need a Data Universal Numbering System (DUNS) number to register their entity in SAM. DUNS numbers are unique for each physical location to be registered.Offerors can request a DUNS number for free to do business with the U.S. Federal government by visiting Dun & Bradstreet (D&B) athttp://fedgov.dnb.com/webformIt takes up to 5 business days to obtain an international DUNS number.

NATO COMMERCIAL AND GOVERNMENT ENTITY (NCAGE) CODE:

Foreign entities shall obtain a NCAGE code for each DUNS number they plan to register in SAM before you start the registration process. Make sure the name and address information provided to obtain the NCAGE code matches that of the DUNS number. Allow up to three (3) business days to receive the NCAGE code.The direct link to an online NCAGE request form is:https://eportal.nspa.nato.int/AC135Public/scage/CageList.aspx

Page 32: mx.usembassy.gov€¦ · Web view, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ☐ (ii) Alternate I (Jun 2014) of 52.223-16

SBU -PRIVACY OR PII

P a g e | 32

SYSTEM FOR AWARD MANAGEMENT (SAM)

Offerors should open an Individual User Account, (being sure to validate their email address to activate the user account), then Login and Register the entity in SAM at – www.sam.govPlease allow plenty of time before the contract application deadline. Allow up to 10 business days after submission before the registration is active in SAM.For further guidance, refer to the following attachments.