19MD7019Q0005 - USEmbassy.gov

26
1 Dear Prospective Quoters SUBJECT: Request for Quotations number 19MD7019Q0005 Enclosed is a Request for Quotations (RFQ) for a qualified contractor to clean US Embassy residences located throughout the city of Chisinau. If you would like to submit a quotation, follow the instructions in Section 3 of the solicitation, complete the required portions of the attached document, and submit it to the address shown on the Standard Form 1449 that follows this letter. Your offer must be submitted electronically by email with the subject line "Quotation 19MD7019Q0005" to [email protected] on or before 12:00 noon (Chisinau Time) on April 15, 2019. You may also elect to submit your proposal in hard copy marked for the attention of the “Contracting Officer – Quotation 19MD7019Q0005 Enclosed”, which may be delivered to US Embassy - Chisinau, 103 Alexei Mateevici street, MD2009, Chisinau, on or before 12:00 noon (Chisinau Time) on April 15, 2019. No offer will be accepted after the cut-off date and time. In order for a quotation to be considered, you must also complete and submit the following: 1. SF-1449. 2. Section 1, Paragraph II, Pricing. 3. Additional information as required in Section3, Instructions to Offerors. The U.S. Government intends to award Blanket Purchase Agreement(s) (BPA) to the responsible company submitting an acceptable quotation at the lowest price. We intend to award Blanket Purchase Agreement(s) based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. Please direct any questions regarding this solicitation by e-mail to Chisinau-Procurement- [email protected] no later than 12.00 hours, on April 8, 2019. Questions must be written in English.

Transcript of 19MD7019Q0005 - USEmbassy.gov

Page 1: 19MD7019Q0005 - USEmbassy.gov

1

Dear Prospective Quoters

SUBJECT: Request for Quotations number 19MD7019Q0005

Enclosed is a Request for Quotations (RFQ) for a qualified contractor to clean US Embassy

residences located throughout the city of Chisinau. If you would like to submit a quotation,

follow the instructions in Section 3 of the solicitation, complete the required portions of the

attached document, and submit it to the address shown on the Standard Form 1449 that

follows this letter.

Your offer must be submitted electronically by email with the subject line "Quotation

19MD7019Q0005" to [email protected] on or before 12:00 noon

(Chisinau Time) on April 15, 2019. You may also elect to submit your proposal in hard

copy marked for the attention of the “Contracting Officer – Quotation 19MD7019Q0005

Enclosed”, which may be delivered to US Embassy - Chisinau, 103 Alexei Mateevici

street, MD2009, Chisinau, on or before 12:00 noon (Chisinau Time) on April 15, 2019.

No offer will be accepted after the cut-off date and time.

In order for a quotation to be considered, you must also complete and submit the following:

1. SF-1449.

2. Section 1, Paragraph II, Pricing.

3. Additional information as required in Section3, Instructions to Offerors.

The U.S. Government intends to award Blanket Purchase Agreement(s) (BPA) to the

responsible company submitting an acceptable quotation at the lowest price. We intend to

award Blanket Purchase Agreement(s) based on initial quotations, without holding

discussions, although we may hold discussions with companies in the competitive range if

there is a need to do so.

Please direct any questions regarding this solicitation by e-mail to Chisinau-Procurement-

[email protected] no later than 12.00 hours, on April 8, 2019. Questions must be written in

English.

Page 2: 19MD7019Q0005 - USEmbassy.gov

2

TABLES OF CONTENTS

Request for Quotations No. 19MD7019Q0005

Section 1 - The Schedule

SF 1449 cover sheet

Scope of Work

Section 2 - Contract Clauses

Contract Clauses

Addendum to Contract Clauses, FAR and DOSAR clauses not prescribed in

Part 12

Section 3 - Solicitation Provisions

Solicitation Provisions

Addendum to Solicitation Provisions - FAR and DOSAR clauses not prescribed

in Part 12

Section 4 – Evaluation Factors

Evaluation Factors

Page 3: 19MD7019Q0005 - USEmbassy.gov

3

SECTION 1 - THE SCHEDULE

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL

ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30

1. REQUISITION NUMBER

PR8080053

PAGE 1 OF

2. CONTRACT NO.

3. AWARD/EFFECTIVE

DATE

4. ORDER

NUMBER

5. SOLICITATION NUMBER

19MD7019Q0005

6. SOLICITATION ISSUE DATE

03/15/2019

7. FOR SOLICITATION

INFORMATION CALL:

a. NAME

Alexandru Rebeja

b. TELEPHONE NUMBER(No collect

calls)

022-40-84-43

8. OFFER DUE DATE/ LOCAL

TIME

04/15/2019 / 12:00

9. ISSUED BY CODE 10. THIS

ACQUISITION IS UNRESTRICTED

OR SET ASIDE:____ % FOR:

SMALL

BUSINESS WOMEN-OWNED SMALL BUSINESS AMERICAN EMBASSY CHISINAU

STRADA ALEXEI MATEEVICI #103, ATTN: GSO CHISINAU 2009

MOLDOVA

HUBZONE

SMALL

BUSINESS

(WOSB) ELLIGIBLE UNDER THE WOMEN-OWNED

SMALL BUSINESS PROGRAM NAICS:

SERVICE-

DISABLED

VETERAN-

OWNED

SMALL

BUSINESS

EDWOSB

8 (A) SIZE STANDARD:

11. DELIVERY FOR FOB DESTINAT-

TION UNLESS BLOCK IS

MARKED

SEE SCHEDULE

12. DISCOUNT TERMS 13a. THIS CONTRACT IS A

RATED ORDER

UNDER

DPAS (15 CFR 700)

13b. RATING

14. METHOD OF SOLICITATION

RFQ IFB RFP

15. DELIVER TO CODE 16. ADMINISTERED BY CODE AMERICAN EMBASSY CHISINAU STRADA ALEXEI MATEEVICI #103, ATTN: GSO CHISINAU 2009

MOLDOVA

AMERICAN EMBASSY CHISINAU STRADA ALEXEI MATEEVICI #103, ATTN: GSO CHISINAU 2009

MOLDOVA

17a. CONTRACTOR/

OFFERER

TELEPHONE NO.

CODE FACILITY

CODE

18a. PAYMENT WILL BE MADE BY

AMERICAN EMBASSY CHISINAU STRADA ALEXEI MATEEVICI #103, ATTN: FMO CHISINAU 2009 MOLDOVA

CODE

17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN

OFFER

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK

BELOW IS CHECKED SEE ADDENDUM

19.

ITEM NO.

20.

SCHEDULE OF SUPPLIES/SERVICES

21.

QUANTITY

22.

UNIT

23.

UNIT PRICE

24.

AMOUNT

Janitorial / Cleaning Services

Fill the “Pricing” section of SoW

(Use Reverse and/or Attach Additional Sheets

as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA

26. TOTAL AWARD AMOUNT (For Govt. Use Only)

27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED

27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____ COPIES TO ISSUING

OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE

IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS

SPECIFIED HEREIN.

29. AWARD OF CONTRACT: REF. _________________ OFFER DATED

____________. YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY

ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS

TO ITEMS:

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30b. NAME AND TITLE OF SIGNER (Type or print)

30c. DATE

SIG

NE

D

31b. NAME OF CONTRACTING OFFICER (Type or

print)

31c. DATE SIGNED

Page 4: 19MD7019Q0005 - USEmbassy.gov

4

SCOPE OF WORK

1. INTRODUCTION

1.1 The U.S. Embassy requires the services of a qualified contractor to clean

Embassy residences throughout the city of Chisinau, Moldova. The contractor

will carry out the activities described as follow.

2. GENERAL REQUIREMENTS

2.1 The Contractor shall provide labor, materials, equipment, tools, transportation,

safety equipment, and supervision required to complete the technical

requirements. The Contractor shall be responsible for hiring labor, vendors and

shall follow security and safety directives as explained by the Embassy.

2.2 The Contractor shall keep a full time Work Supervisor on site during all

working hours.

2.3 All cleaning products and supplies to be used under this contract shall not

endanger the safety and health of building and property occupants, and shall be

safe for the environment laws and policies, standards and regulations. The

Contractor to supply with MSDS (material safety data sheets) for all cleaning

products as requested by US Embassy side.

2.4 The Contractor will be entirely accountable for any damage caused by his

workers and/or subcontractors, to the building and/or third parties. All adjacent

areas affected by the work shall be repaired by the Contractor.

2.5 The Contractor shall partner closely with the Embassy personnel to assure all

minor details of this project are carefully planned and executed according to all

U.S. Department of State Safety and Security regulations, applicable codes and

standards.

2.6 All the work required to execute this contract must be completed as

professionally, expeditiously and efficiently as possible.

2.7 The Contractor shall comply with all local laws regarding working safety

regulations. The Contractor is responsible for supplying all individual and

collective protective equipment for his/her employees to perform all cleaning

tasks and will ensure safety procedures are followed.

3. SCOPE OF SERVICES

The Contractor is required to execute the following activities and all other tasks

required to successfully complete the services described in this scope of work as

specified below.

Types of Services:

3.1 Standard General Cleaning Services, by house size, m2

Page 5: 19MD7019Q0005 - USEmbassy.gov

5

3.2 Carpet Wash per item size, m2

3.3 Cleaning and shampooing upholstery, per item

3.4 Curtain and drapes deep cleaning, per item size, m2

3.5 General touch up cleaning, by house size, m2

3.6 Machinery cleaning of stone/tiled/marble surface, per surface size, m2

(3.1) Standard General Cleaning Services shall include the following

work:

3.1.1 Vacuuming all floor areas including damp mopping of areas such as

parquetry, laminate, tile, marble floors, staircases, walkways, entrance

area, patios and public areas, other as needed. Floors shall be free of

dust, mud, sand, footprints, liquid spills, and other debris. Chairs, trash

receptacles, and easily moveable items shall be tilted or moved to clean

underneath. When completed, the floor shall have a uniform appearance

with no streaks, smears, swirl marks, detergent residue, or any evidence

of remaining dirt or standing water.

3.1.2 Dusting and cleaning all furniture including sofas, dining tables, chairs,

credenzas, telephone tables, bookshelves with or without glass doors,

coat racks, umbrella stands, pictures, telephones, lamps and other

common things found in a house environment. Vacuum upholstered

furniture including under cushions. Polish furniture surfaces. All

furniture shall be free of dust, dirt, sticky surfaces, and sticky areas.

3.1.3 Vacuuming all rugs and carpets, runners, and carpet protectors so that

they are free from dust, dirt, mud, etc. When completed, the area shall be

free of all litter, lint, loose soil and debris. Any chairs, trash receptacles,

and easily moveable items shall be moved to vacuum underneath, and

then replaced in the original position.

3.1.4 Vacuuming, dusting and cleaning curtains, drapes, shades and other

window accessories and dressings.

3.1.5 Thorough cleaning of toilets, bathrooms, mirrors, and shower facilities,

using suitable non-abrasive cleaners and disinfectants. Clean tile walls

including scouring dirty grout as needed. All surfaces shall be free of

grime, soap scum, mold, and smudges.

3.1.6 Thorough cleaning of kitchens, sinks, countertops, appliances

(dishwashers, microwaves, ovens, stoves, refrigerators, and freezers,

other as available). If applicable, remove glass from oven door and clean

both glass sides. When completed, the area and appliances shall be free

of grease, liquid spills, food, and dirt.

Page 6: 19MD7019Q0005 - USEmbassy.gov

6

3.1.7 Emptying all wastepaper baskets, ashtrays and washing or wiping them

clean with a damp cloth, replacing plastic wastepaper basket linings and

returning items where they were located.

3.1.8 Removing any grease marks or fingerprints from walls, doors, door

frames, radiators, windows and window frames, glass tables protectors.

3.1.9 Removing trash to designated area as directed by the COR, and keeping

trash area in a reasonably clean condition.

3.1.10 Wash inside and outside of all doors. Polishing all brass surfaces

including door and window handles, plaques.

3.1.11 Dust and clean inside of all cabinet and furniture drawers. Dusting tops

of tall furniture tops of picture frames.

3.1.12 Spot cleaning baseboards and walls.

3.1.13 Dusting window sills and blinds.

3.1.14 Cleaning shutters as needed.

3.1.15 Vacuuming and washing terraces, balconies and enclosed garages to

remove all accumulated dirt and debris including balcony railings and

shutters.

3.1.16 Wiping window blinds with a damp cloth to ensure that all smudges are

removed.

3.1.17 Cleaning inside window glass and sash of smudges and accumulated

dirt.

3.1.18 Moving all furniture and vacuuming or polishing the floor under the

furniture as appropriate, returning items where they were located.

3.1.19 Dusting and wiping light fixtures and chandeliers. When completed, the

light fixtures shall be free from bugs, dirt, grime, dust, and marks.

Cleaning all chandeliers and light fixtures using appropriate methods to

restore the original luster to the fixtures. This will include ensuring that

all crystal reflectors are individually washed.

3.1.20 Washing the outsides of the windows. When completed the windows

shall be free of smudges, lint, or streaks from the surface. (When

cleaning outside of windows vendor will ensure that safety procedures

are followed).

Page 7: 19MD7019Q0005 - USEmbassy.gov

7

3.1.21 Unpack and set out the welcome kit linen and towels, prepare all beds in

bedrooms, other accessories as directed.

3.1.22 Clean out fireplace if applicable.

(3.2) Floor Carpet and Rugs washing item size, m2

3.2.1 Shampooing carpets

3.2.2 Removing stains

3.2.3 Drying carpets

Types of carpets

Floor Carpets

Floor Rugs

(3.3) Cleaning and shampooing upholstery, per item

3.3.1 Shampooing upholstery of sofas, chairs

3.3.2 Removing stains

3.3.3 Drying upholstery

Types of upholstered furniture

Three seat sofa

Loveseat

Couch

Dining chair

(3.4) Curtain and drapes deep cleaning, per item size, m2 3.4.1 Removing curtains and/or drapes for washing and/or dry cleaning

3.4.2 Removing stains

3.4.3 Drying and ironing curtains, drapes

3.4.4 Place back curtain and/or drapes

(3.5) General touch up cleaning, by house size, m2 3.5.1 General light dusting of all areas

3.5.2 Touch up cleaning of all areas

(3.6) Machinery cleaning of stone/tiled/marble surface, per surface size,

m2 3.6.1 Shampooing and chemical treatment of surfaces

3.6.2 Removing stains, dirt

3.6.3 Drying surface

Page 8: 19MD7019Q0005 - USEmbassy.gov

8

Types of surfaces

Tile surface

Marble surface

Stone surface

4. PERIOD OF PERFORMANCE

4.1 The contractor will be allowed to visit the residence to be cleaned at least one week

ahead in order to make needed materials/services and staff advance preparing. The

cleaning shall begin no more than 2 (two) calendar days after notification of

issuance of an order, but the company should be ready for any urgent work

request. The cleaning shall be completed within 14 h (one day and a half) and no

more than 2 (two) calendar days after start of activities. Please note that work will

occasionally be expected on Holidays, Saturdays and Sundays. There should be no

additional charge for services performed on these days.

4.2 The working hours are: from Mondays through Fridays from 08:00 through 17:00

hours, any exceptions or holidays and weekend work hours to be coordinated in

advance.

5. CONTRACTOR’S RESPONSIBILITY

5.1 The Contractor shall be responsible for the professional quality, technical accuracy,

and coordination at the site of work.

5.2 The Contractor shall identify a Contract Manager who shall be responsible for the

overall management of the project and shall represent the Contractor on site at all

times. The Contract Manager shall assist during any meetings involved with the

project and shall prepare status reports of the contract if requested by the Contractor

Officer Representative.

5.3 Any cost associated with services subcontracted by the Contractor shall be borne by

and be the complete responsibility of the Contractor under the price of this

Contract.

5.4 The Contractor shall be responsible to comply with State Department security rules,

local labor laws, regulations, customs and practices pertaining to labor, safety,

security and similar matters. The Contractor shall promptly report all accidents

resulting in lost time, property damage or injuries to the Contractor Officer

Representative.

6. CONTRACTING OFFICER REPRESENTATIVE (COR)

6.1 All technical questions concerning the Scope of Work and requirements of the U.S.

Embassy Chisinau, Moldova service contract shall be directed to the COR: the

name to be determined later.

Page 9: 19MD7019Q0005 - USEmbassy.gov

9

6.2 The Contracting Officer Representative (COR) will be the contractor’s Point of

Contact (POC) at the U.S. Embassy Chisinau. All questions concerning

coordination of services shall be directed to the COR.

6.3 The assigned Contracting Officer and Contracting Officer's Representative are the

sole Point of Contacts (POC) for all technical and contractual discussions or issues

regarding the scope of work and its intent and execution. The contractor shall take

no direction verbal or otherwise from Embassy personnel other than the Contracting

Officer or Contract Officer's Representative.

7. ACCESS GOVERNMENT OWNED/LEASED PROPERTY

7.1 Contractor employees at all times shall be with a proper security escort provided by

Embassy personnel.

7.2 The US Embassy reserves the right to deny access to U.S owned and U.S.-operated

facilities to any individual. The Contractor shall provide the names, and ID number

for all Contractor personnel, but no more than 15 employees.

8. STANDARDS OF CONDUCT

8.1 The Contractor shall maintain satisfactory standards of employee competency

conduct cleanliness, appearance and integrity and shall be responsible for taking

such disciplinary action with respect to employees as may be necessary. Each

Contractor employee shall adhere to standards of conduct that reflect credit on

themselves, their employer, and the United States Government. The US Embassy

reserves the right to direct the Contractor to remove an employee from the worksite

for failure to comply with the standards of conduct. The Contractor shall

immediately replace such an employee to maintain continuity of services at no

additional cost to the Government.

9. SAFETY HEALTH AND ENVIROMENTAL MANAGEMENT

9.1 The Contractor shall take all reasonable and proper safety precautions to prevent

death or injury to any person or damage to any property and in particular all

equipment used by the Contractor shall be used in such a manner and maintained so

as to minimize the danger of accident, death, injury, loss or damage arising from the

use of such equipment. In addition to relevant statutory requirements, standards and

other provisions of this Contract, the Contractor shall have the following

requirements:

a. The Contractor’s personnel shall be knowledgeable with and adhere to all

relevant occupational health and safety regulations.

Page 10: 19MD7019Q0005 - USEmbassy.gov

10

b. Ensure that the Contractor’s personnel comply with all safety procedures

and requirements.

c. Ensure that the Contractor’s personnel are adequately trained and instructed

in the safe and correct usage, handling and operation of materials and

equipment relevant to the Services and provide reasonable proof of such to

the US Embassy Chisinau, Moldova.

d. Ensure the Contractor’s personnel are certified as having completed

occupational health and safety training and have been issued all the

necessary Personal Protection Equipment (PPE).

10. INSPECTION

10.1 The Contractor shall maintain a system of quality control to ensure that

the materials and services meet the requirements of this contract. The

Government reserves the right, as provided herein, to inspect the Contractor's

work as well as his system of quality control.

10.2 The Contractor shall nominate a key individual responsible for work

execution and quality control.

10.3 After completion of the cleaning, an evaluation will be conducted by

Embassy staff and the contractor.

11. PRICING

The contractor to use the below format for the pricing:

(3.1) Standard General Cleaning Services shall include the following

work: House/Residence, m2 Price per m2, MDL

100 m2 – 500 m2

(3.2) Floor Carpet and Rugs washing item size, m2

Type of Carpet Price per m2, MDL

Floor carpet

Floor Rug

(3.3) Cleaning and shampooing upholstery, per item

Type of Upholstery Price per unit, MDL

Three seats Sofa

Love seat

Couch

Dining chair

Page 11: 19MD7019Q0005 - USEmbassy.gov

11

(3.4) Curtain and drapes deep cleaning, per item size, m2

Type Price per m2, MDL

Curtain

Drapes

(3.5) General touch up cleaning, by house size, m2

House/Residence, m2 Price per m2, MDL

100 m2 – 500 m2

(3.6) Machinery cleaning of stone/tiled/marble surface, per surface size,

m2

Type of Surface Price per m2, MDL

Tile

Marble

Stone

Other units/items considered by the contractor to be included as a separate

price Unit/Item/Surface Price per unit/item/m2

1.

2.

3.

4.

5.

End of Statement of Work

Page 12: 19MD7019Q0005 - USEmbassy.gov

12

SECTION 2 - CONTRACT CLAUSES

52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS

(OCT 2018), Alternate I

52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009)

52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND

TRANSLATION OF CONTRACT (FEB 2000)

52.228-3 WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT)

(JUL 2014) for services

52.229-6 FOREIGN FIXED PRICED CONTRACTS (FEB 2013)

52.232-24 PROHIBITION OF ASSIGNMENT OF CLAIMS (JAN 1986)

52.233-1 DISPUTES (JUL 2002), Alternate I (DEC 1991)

52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND

VEGETATION (APR 1984)

Page 13: 19MD7019Q0005 - USEmbassy.gov

13

52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR

EXECUTIVE ORDERS—COMMERCIAL ITEMS (OCT 2018)

(a) The Contractor shall comply with the following Federal Acquisition Regulation

(FAR) clauses, which are incorporated in this contract by reference, to implement

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

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements

or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and

Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor

provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services

Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section

1634 of Pub. L. 115-91).

(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov

2015).

(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws

108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the

Contracting Officer has indicated as being incorporated in this contract by reference to

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

items:

[Contracting Officer check as appropriate.]

__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006),

with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41

U.S.C. 3509)).

__ (3) 52.203-15, Whistleblower Protections under the American Recovery and

Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to

contracts funded by the American Recovery and Reinvestment Act of 2009.)

_X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract

Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).

__ (5) [Reserved].

__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-

117, section 743 of Div. C).

__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery

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

_X_ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with

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

note).

Page 14: 19MD7019Q0005 - USEmbassy.gov

14

__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility

Matters (Oct 2018) (41 U.S.C. 2313).

__ (10) [Reserved].

__ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011)

(15 U.S.C. 657a).

__ (ii) Alternate I (Nov 2011) of 52.219-3.

__ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small

Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so

indicate in its offer) (15 U.S.C. 657a).

__ (ii) Alternate I (JAN 2011) of 52.219-4.

__ (13) [Reserved]

__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.

644).

__ (ii) Alternate I (Nov 2011).

__ (iii) Alternate II (Nov 2011).

__ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15

U.S.C. 644).

__ (ii) Alternate I (Oct 1995) of 52.219-7.

__ (iii) Alternate II (Mar 2004) of 52.219-7.

__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C.

637(d)(2)and (3)).

__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C.

637(d)(4)).

__ (ii) Alternate I (Nov 2016) of 52.219-9.

__ (iii) Alternate II (Nov 2016) of 52.219-9.

__ (iv) Alternate III (Nov 2016) of 52.219-9.

__ (v) Alternate IV (Aug 2018) of 52.219-9.

__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).

__ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).

__ (20) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C.

637(d)(4)(F)(i)).

__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-

Aside (Nov 2011) (15 U.S.C. 657 f).

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

(15 U.S.C. 632(a)(2)).

__ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically

Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).

__ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned

Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec

2015) (15 U.S.C. 637(m)).

__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

_X_ (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan

2018) (E.O. 13126).

__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(28)(i) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

Page 15: 19MD7019Q0005 - USEmbassy.gov

15

(ii) Alternate I (FEB 1999) of 52.222-26.

(29)(i) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).

(ii) Alternate I (JULY 2014) of 52.222-35.

(30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29

U.S.C. 793).

(ii) Alternate I (JULY 2014) of 52.222-36.

__ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

__ (32) 52.222-40, Notification of Employee Rights Under the National Labor

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

_X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C.

chapter 78 and E.O. 13627).

__ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

__ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order

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

certain other types of commercial items as prescribed in 22.1803.)

__ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–

Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the

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

__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not

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

__ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential

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

__ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration

Equipment and Air Conditioners (JUN 2016) (E.O. 13693).

__ (38)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN

2014) (E.O.s 13423 and 13514).

__ (ii) Alternate I (Oct 2015) of 52.223-13.

__ (39)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014)

(E.O.s 13423 and 13514).

__ (ii) Alternate I (Jun 2014) of 52.223-14.

__ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42

U.S.C. 8259b).

__ (41)(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.

_X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While

Driving (AUG 2011) (E.O. 13513).

__ (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).

__ (44) 52.223-21, Foams (JUN 2016) (E.O. 13693).

__ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

__ (ii) Alternate I (JAN 2017) of 52.224-3.

__ (46) 52.225-1, Buy American—Supplies (May 2014) (41 U.S.C. chapter 83).

__ (47)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (May

2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C.

Page 16: 19MD7019Q0005 - USEmbassy.gov

16

3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-

53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

__ (ii) Alternate I (May 2014) of 52.225-3.

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

__ (iv) Alternate III (May 2014) of 52.225-3.

__ (48) 52.225-5, Trade Agreements (AUG 2018) (19 U.S.C. 2501, et seq., 19 U.S.C.

3301note).

_X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s,

proclamations, and statutes administered by the Office of Foreign Assets Control of the

Department of the Treasury).

__ (50) 52.225-26, Contractors Performing Private Security Functions Outside the

United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization

Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

__ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42

U.S.C. 5150).

__ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area

(Nov 2007) (42 U.S.C. 5150).

_X_ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb

2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

__ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.

4505, 10 U.S.C. 2307(f)).

__ (55) 52.232-33, Payment by Electronic Funds Transfer—System for Award

Management (Oct 2018) (31 U.S.C. 3332).

_X_ (56) 52.232-34, Payment by Electronic Funds Transfer—Other than System for

Award Management (Jul 2013) (31 U.S.C. 3332).

__ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).

__ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

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

637(d)(12)).

__ (60)(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:

[Contracting Officer check as appropriate.]

__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).

__ (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter

67).

__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29

U.S.C. 206and 41 U.S.C. chapter 67).

Page 17: 19MD7019Q0005 - USEmbassy.gov

17

__ (4) 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).

__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards—

Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

__ (6) 52.222-51, Exemption from Application of the Service Contract Labor

Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—

Requirements (May 2014) (41 U.S.C. chapter 67).

__ (7) 52.222-53, Exemption from Application of the Service Contract Labor

Standards to Contracts for Certain Services—Requirements (May 2014) (41 U.S.C. chapter

67).

__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

__ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O.

13706).

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

2014) (42 U.S.C. 1792).

(d) Comptroller General Examination of Record. The Contractor shall comply with the

provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is

in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-

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 (Oct 2015) (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, 2015 (Pub. L. 113-235) and its

Page 18: 19MD7019Q0005 - USEmbassy.gov

18

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) 52.219-8, 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 $700,000 ($1.5

million for construction of any public facility), the subcontractor must include 52.219-8 in

lower tier subcontracts that offer subcontracting opportunities.

(v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).

Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

(vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)

(vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

(viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29

U.S.C. 793).

(x) 52.222-37, Employment Reports on Veterans (Feb 2016) (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 (Aug 2018) (41 U.S.C. chapter

67).

(xiii)

52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O

13627).Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627).

(xiv) 52.222-51, Exemption from Application of the Service Contract Labor

Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-

Requirements (May 2014) (41 U.S.C. chapter 67).

(xv) 52.222-53, Exemption from Application of the Service Contract Labor

Standards to Contracts for Certain Services-Requirements (May 2014) (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).

(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 (May

2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR

clause 52.226-6.

Page 19: 19MD7019Q0005 - USEmbassy.gov

19

(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.

(End of clause)

ADDENDUM TO CONTRACT CLAUSES

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: http://acquisition.gov/far/index.html or http://farsite.hill.af.mil/vffara.htm.

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

These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not

available at the locations indicated above, use the Department of State Acquisition website

at https://www.ecfr.gov/cgi-bin/text-

idx?SID=2e978208d0d2aa44fb9502725ecac4e5&mc=true&tpl=/ecfrbrowse/Title48/48cha

pter6.tpl to see the links to the FAR. You may also use an Internet “search engine” (for

example, Google, Yahoo or Excite) to obtain the latest location of the most current FAR.

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) CLAUSES

CLAUSE TITLE AND DATE

52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND

REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER

RIGHTS (APR 2014)

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR

PERSONNEL (JAN 2011)

52.204-12 DATA UNIVERSAL NUMBERING SYSTEM NUMBER

MAINTENANCE (DEC 2012)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

Page 20: 19MD7019Q0005 - USEmbassy.gov

20

DOSAR TITLE AND DATE

652.229-71 PERSONAL PROPERTY DISPOSITION AT POSTS ABROAD

(AUG 1999)

652.237-72 OBSERVANCE OF LEGAL HOLIDAYS AND ADMINISTRATIVE

LEAVE (APR 2004)

652.242-70 CONTRACTING OFFICER’S REPRESENTATIVE (AUG 1999)

652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999)

652.243-70 NOTICES (AUG 1999)

The following clauses are provided in full text, and are applicable for orders for services:

CONTRACTOR IDENTIFICATION (JULY 2008)

Contract performance may require contractor personnel to attend meetings with

government personnel and the public, work within government offices, and/or utilize

government email.

Contractor personnel must take the following actions to identify themselves as non-federal

employees:

1) Use an e-mail signature block that shows name, the office being supported and

company affiliation (e.g. “John Smith, Office of Human Resources, ACME

Corporation Support Contractor”);

2) Clearly identify themselves and their contractor affiliation in meetings;

3) Identify their contractor affiliation in Departmental e-mail and phone listings

whenever contractor personnel are included in those listings; and

4) Contractor personnel may not utilize Department of State logos or indicia on

business cards.

(End of clause)

Page 21: 19MD7019Q0005 - USEmbassy.gov

21

ADDENDUM TO

FAR AND DOSAR PROVISION(S) NOT PRESCRIBED IN PART 12

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

(FEB 1998)

This solicitation incorporates one or more solicitation provisions 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/these address(es):

http://acquisition.gov/far/index.html/ or http://farsite.hill.af.mil/vffara.htm.

These addresses are subject to change. IF the FAR is not available at the locations

indicated above, use of a network “search engine” (for example, Google, Yahoo or Excite)

is suggested to obtain the latest location of the most current FAR provisions.

The following Federal Acquisition Regulation solicitation provision(s) is/are incorporated

by reference:

PROVISION TITLE AND DATE

52.204-6 DATA UNIVERSAL NUMBERING SYSTEM NUMBER (JUL 2013)

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

(JUL 2016)

52.204-18 COMMERCIAL AND GOVERNMENTENTITY CODE MAINTENANCE

(OCT 2018)

52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE

(APR 1991)

52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN

CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO

IRAN—REPRESENTATION AND CERTIFICATIONS (DEC 2012)

The following DOSAR provision(s) is/are provided in full text:

652.206-70 Advocate for Competition/Ombudsman.

As prescribed in 606.570, insert the following provision:

ADVOCATE FOR COMPETITION/OMBUDSMAN (FEB 2015)

Page 22: 19MD7019Q0005 - USEmbassy.gov

22

(a) The Department of State’s Advocate for Competition is responsible for assisting

industry in removing restrictive requirements from Department of State solicitations and

removing barriers to full and open competition and use of commercial items. If such a

solicitation is considered competitively restrictive or does not appear properly conducive to

competition and commercial practices, potential offerors are encouraged first to contact the

contracting office for the solicitation. If concerns remain unresolved, contact:

(1) For solicitations issued by the Office of Acquisition Management

(A/LM/AQM) or a Regional Procurement Support Office, the A/LM/AQM Advocate for

Competition, at [email protected].

(2) For all others, the Department of State Advocate for Competition at

[email protected].

(b) The Department of State’s Acquisition Ombudsman has been appointed to hear

concerns from potential offerors and contractors during the pre-award and post-award

phases of this acquisition. The role of the ombudsman is not to diminish the authority of the

contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the

selection official. The purpose of the ombudsman is to facilitate the communication of

concerns, issues, disagreements, and recommendations of interested parties to the

appropriate Government personnel, and work to resolve them. When requested and

appropriate, the ombudsman will maintain strict confidentiality as to the source of the

concern. The ombudsman does not participate in the evaluation of proposals, the source

selection process, or the adjudication of formal contract disputes. Interested parties are

invited to contact the contracting activity ombudsman, [insert name] , at ___[insert

telephone and fax numbers] . For an American Embassy or overseas post, refer to the

numbers below for the Department Acquisition Ombudsman. Concerns, issues,

disagreements, and recommendations which cannot be resolved at a contracting activity

level may be referred to the Department of State Acquisition Ombudsman at (703) 516-

1696 or write to: Department of State, Acquisition Ombudsman, Office of the Procurement

Executive (A/OPE), Suite 1060, SA-15, Washington, DC 20520.

(End of provision)

Page 23: 19MD7019Q0005 - USEmbassy.gov

23

SECTION 3 - SOLICITATION PROVISIONS

FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT

2018) is incorporated by reference (See SF-1449, Block 27a).

ADDENDUM TO 52.212-1

A. Summary of instructions. Each quotation must consist of the following:

A.1. A completed solicitation, in which the SF-1449 cover page (blocks 12, 17, 19-

24, and 30 as appropriate).

A.2. Information demonstrating the quoter’s ability to perform, including:

(1) Name of a Project Manager (or other liaison to the Embassy/Consulate)

who understands written and spoken English;

(2) Evidence that the quoter operates an established business with a permanent

address and telephone listing;

(3) List of clients, demonstrating prior experience with relevant past

performance information and references;

(4) Evidence that the quoter can provide the necessary personnel, equipment,

and financial resources needed to perform the work;

(5) Evidence that the quoter has all licenses and permits required by local law

(see DOSAR 652.242-73 in Section 2).

A.3. If required by the solicitation, provide either:

a copy of the Certificate of Insurance, or

a statement that the Contractor will get the required insurance, and the name

of the insurance provider to be used.

Page 24: 19MD7019Q0005 - USEmbassy.gov

24

ADDENDUM TO SOLICITATION PROVISIONS

FAR AND DOSAR PROVISIONS NOT PRESCRIBED IN PART 12

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

(FEB 1998)

This solicitation incorporates one or more solicitation provisions 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/these address(es):

http://acquisition.gov/far/index.html/ or http://farsite.hill.af.mil/vffara.htm.

These addresses are subject to change. IF the FAR is not available at the locations

indicated above, use of a network “search engine” (for example, Google, Yahoo or Excite)

is suggested to obtain the latest location of the most current FAR provisions.

The following Federal Acquisition Regulation solicitation provision(s) is/are incorporated

by reference:

PROVISION TITLE AND DATE

52.204-6 DATA UNIVERSAL NUMBERING SYSTEM NUMBER (JUL 2013)

52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

(JUL 2016)

52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE

(APR 1991)

52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONS (DEC 2012)

The following DOSAR provision(s) is/are provided in full text:

652.206-70 ADVOCATE FOR COMPETITION/OMBUDSMAN (FEB 2015)

(a) The Department of State’s Advocate for Competition is responsible for assisting

industry in removing restrictive requirements from Department of State solicitations and

removing barriers to full and open competition and use of commercial items. If such a

solicitation is considered competitively restrictive or does not appear properly conducive to

competition and commercial practices, potential offerors are encouraged first to contact the

contracting office for the solicitation. If concerns remain unresolved, contact:

Page 25: 19MD7019Q0005 - USEmbassy.gov

25

(3) For solicitations issued by the Office of Acquisition Management

(A/LM/AQM) or a Regional Procurement Support Office, the A/LM/AQM Advocate for

Competition, at [email protected].

(4) For all others, the Department of State Advocate for Competition at

[email protected].

(b) The Department of State’s Acquisition Ombudsman has been appointed to hear

concerns from potential offerors and contractors during the pre-award and post-award

phases of this acquisition. The role of the ombudsman is not to diminish the authority of the

contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the

selection official. The purpose of the ombudsman is to facilitate the communication of

concerns, issues, disagreements, and recommendations of interested parties to the

appropriate Government personnel, and work to resolve them. When requested and

appropriate, the ombudsman will maintain strict confidentiality as to the source of the

concern. The ombudsman does not participate in the evaluation of proposals, the source

selection process, or the adjudication of formal contract disputes. Interested parties are

invited to contact the contracting activity ombudsman, [insert name] , at ___[insert

telephone and fax numbers] . For an American Embassy or overseas post, refer to the

numbers below for the Department Acquisition Ombudsman. Concerns, issues,

disagreements, and recommendations which cannot be resolved at a contracting activity

level may be referred to the Department of State Acquisition Ombudsman at (703) 516-

1696 or write to: Department of State, Acquisition Ombudsman, Office of the Procurement

Executive (A/OPE), Suite 1060, SA-15, Washington, DC 20520.

(End of provision)

Page 26: 19MD7019Q0005 - USEmbassy.gov

26

SECTION 4 - EVALUATION FACTORS

The Government intends to award Blanket Purchase Agreement(s) (BPA) resulting from

this solicitation.

Specifically, the following will be reviewed:

Technical Acceptability.

Technical acceptability will include a review of past performance and experience as

defined in Section 3, along with any technical information provided by the quoter with its

quotation.

Responsibility Determination.

Responsibility will be determined 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;

* 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.