SOLICITATION NOTICE
G -- Roman Catholic Priest Services for Arlington National Cemetery
- Notice Date
- 8/13/2020 4:30:42 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
- ZIP Code
- 20762-7001
- Solicitation Number
- FA286020Q0027
- Response Due
- 8/21/2020 12:00:00 PM
- Archive Date
- 09/15/2020
- Point of Contact
- Tarha A. Mazyck, Phone: 240-612-5667
- E-Mail Address
-
tarha.mazyck.2@us.af.mil
(tarha.mazyck.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items,"" as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Combined/Synopsis Solicitation Number: FA286020QA0027. This is a Request for Quotation (RFQ) for Roman Catholic Priest services for the 11th Operations Group at Joint Base Anacostia-Bolling. Services will be performed at several locations to include� Arlington National Cemetery, Arlington VA; Fort Myer Old Post Chapel and Fort Myer Memorial Chapel, Fort Myer, VA; and the United States Soldier�s and Airmen�s Home National Cemetery, Washington D.C. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2020-07, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20200605, and Air Force Acquisition Circular (AFAC) 2019-1001. This requirement is a total small business set-aside (100%). The North American Industry Classification System (NAICS) code for this requirement is 811310 with a small business size standard of $8.0 Million. Offerors must propose on an all or none basis in accordance with FAR 52.212-2. �Prospective offerors must be actively registered with the sam.gov system, and are responsible to download any amendments or other documents from this website without further notice from the Government. The Government intends to award a firm-fixed price contract. All work is to be performed in accordance with the Performance Work Statement (PWS), contract award guidelines, clauses and wage determination, as applicable. The contractor must be in good standing with the Archdiocese for the Military Services (AMS) and must provide written evidence of ecclesiastical endorsement for each Catholic Priest performing services. This certification is completed using the Department of Defense (DD) Form 2088, Statement of Ecclesiastical Endorsement. See the following attachments for further or additional information.� Attch 1 � Performance Work Statement (PWS) Attch 2 � Pricing Sheet Attch 3 � DD Form 2088 The following provisions and clauses are applicable and are incorporated by reference: 52.202-1 52.203-11 52.203-12 52.203-18 52.203-19 52.204-1* 52.204-7 52.204-9 52.204-10 52.204-13 52.204-18 52.204-17 52.204-16 52.204-19 52.204-24* 52.204-25 52.204-26* 52.204-22 52.209-1 52.209-2 52.209-10 52.212-1 52.212-2 52.212-4 52.212-5* 52.217-9* 52.219-1 Alt I 52.219-6 52.219-28 52.220-50 52.223-5 52.223-6 52.223-18 52.232-1 52.232-8 52.232-11 52.232-23 52.232-33 52.232-39 52.232-40 52.233-1 52.233-3 52.233-4 52.237-1 52.237-2 52.245-1 Alt 1 52.245-9 52.246.4 52.246-25 52.247-25 52.247-55 52.249-1 52.249-8 52.252-2* 252.201-7000 252.203-7000 252.203-7002 252.203-7005 252.204-7003 252.204-7004 252.204-7006 252.204-7008 252.204-7012 252.204-7015 252.209-7004 252.211-7007 252.223-7006 252.225-7000 252.232-7003 252.232-7006* 252.232-7010 252.243-7001 252.245-7002 5352.223-9001* 5352.242-9000* 5352.242-9001* * Denotes clauses that will be incorporated by full text in the resulting contract. The following provisions and clauses are applicable and are incorporated in full text: 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is ____ is not ____ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is ____ is not ____ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) ADDENDUM TO FAR 52.212-1 Instructions to Offerors -- Commercial Items A) General Information. To ensure timely and equitable evaluation of quotes, Offerors must follow the instructions contained herein. Failure to submit all the required documentation or information will result in a proposal being ineligible for award. B. Point of Contact (POC): The primary POC for this solicitation is Tarha Mazyck, 316th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews MD 20762.� Please address any questions or concerns to the POC via e-mail at tarha.mazyck.2@us.af.mil no later than Wednesday, 19 August 2020 by 2:00 PM EST. C) Offeror Submission. �Offerors shall submit the following documents to the Contracting Officer: Attachment 2 � Pricing Sheet. Offerors shall submit a completed Pricing Sheet to include their price for the base period and two option year periods. All unit pricing provided must be at the fully burdened rate including overhead, General and Administrative expenses, profit, etc. Offerors shall insert proposed unit price(s) and extended amount(s) for each CLIN. The extended amount must equal the unit price multiplied by the number of units. It is imperative that mathematical calculations are correct. Particular care should be taken to ensure the amounts match when using the EXCEL program and the rounding of figures, limited to two decimal places. The burden of proof for credibility of proposed prices rests with the offeror. The Government will assess the Total Evaluated Price (TEP). The TEP is a two-part computation. First, the offeror�s total proposed price will be determined by multiplying the quantities identified in the Pricing Sheet (Attachment 2) by the unit price, limited to two decimal places, for each CLIN to confirm the extended total amount for each CLIN; the sum of all extended amounts will be the offeror�s total proposed price. Second, the total proposed price (total amount for CLINs 0001 � 2001) plus the sum of Option to Extend Services clause 52.217-8, formula (shown below) will constitute the TEP. The formula for the Option to Extend Services amount is as follows: Base Year = CLIN Unit Amount x 6 Option Year 1 = CLIN Unit Amount x 6 Option Year 2 = CLIN Unit Amount x 6 Completed Attachment 3 � DD Form 2088 from the Archdiocese for the Military Services (AMS). See http://www.milarch.org/. Written proof of permission from the Priest�s diocesan bishop or religious superior to enter into contract as a priest. Written proof of current background check or security clearance submitted to the Archdiocese for the Military Services (AMS). Addendum to FAR 52.212-2 Evaluation-Commercial Items. ����� (a) The government will award a contract resulting from this solicitation on the basis of a��Lowest Price Technically Acceptable� (LPTA)�approach. An award will be made to the lowest evaluated offer that is technically acceptable. To be deemed acceptable, the offer must meet the specifications described herein the attached Performance Work Statement (PWS), to include Paragraphs 2.1; 2.2; 2.2.1; 2.5; and 2.6. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. The Government intends to award a task order without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. ����� (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. See Addendum to FAR 52.212-1 regarding the Government�s assessment of Total Evaluated Price (TEP). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ����� (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3�Offeror Representations and Certifications-Commercial Items (Jun 2020) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through�https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. ������(a)�Definitions. As used in this provision� ������Covered telecommunications equipment or services� has the meaning provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������Economically disadvantaged women-owned small business (EDWOSB) concern�means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with�13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. ������Forced or indentured child labor�means all work or service� �����������(1)�Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or �����������(2)�Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. ������Highest-level owner�means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. ������Immediate owner�means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. ������Inverted domestic corporation, means a foreign incorporated entity that meets the definition of an inverted domestic corporation under�6 U.S.C. 395(b), applied in accordance with the rules and definitions of�6 U.S.C. 395(c). ������Manufactured end product�means any end product in product and service codes (PSCs) 1000-9999, except� �����������(1)�PSC 5510, Lumber and Related Basic Wood Materials; �����������(2)�Product or Service Group (PSG) 87, Agricultural Supplies; �����������(3)�PSG 88, Live Animals; �����������(4)�PSG 89, Subsistence; �����������(5)�PSC 9410, Crude Grades of Plant Materials; �����������(6)�PSC 9430, Miscellaneous Crude Animal Products, Inedible; �����������(7)�PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; �����������(8)�PSC 9610, Ores; �����������(9)�PSC 9620, Minerals, Natural and Synthetic; and �����������(10)�PSC 9630, Additive Metal Materials. ������Place of manufacture�means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. ������Predecessor�means an entity that is replaced by a successor and includes any predecessors of the predecessor. ������Restricted business operations�means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate� �����������(1)�Are conducted under contract directly and exclusively with the regional government of southern Sudan; �����������(2)�Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; �����������(3)�Consist of providing goods or services to marginalized populations of Sudan; �����������(4)�Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; �����������(5)�Consist of providing goods or services that are used only to promote health or education; or �����������(6)�Have been voluntarily suspended. �Sensitive technology�� ������Sensitive technology� �����������(1)�Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically� ����������������(i)�To restrict the free flow of unbiased information in Iran; or ����������������(ii)�To disrupt, monitor, or otherwise restrict speech of the people of Iran; and �����������(2)�Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3)of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). ������Service-disabled veteran-owned small business concern� �����������(1)�Means a small business concern� ����������������(i)�Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and ����������������(ii)�The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. �����������(2)�Service-disabled veteran means a veteran, as defined in�38 U.S.C. 101(2), with a disability that is service connected, as defined in�38 U.S.C. 101(16). ������Small business concern�means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in�13 CFR Part 121�and size standards in this solicitation. ������Small disadvantaged business concern, consistent with13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that� �����������(1)�Is at least 51 percent unconditionally and directly owned (as defined at�13 CFR 124.105) by� ����������������(i)�One or more socially disadvantaged (as defined at13 CFR 124.103) and economically disadvantaged (as defined at�13 CFR 124.104) individuals who are citizens of the United States; and ����������������(ii)�Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR124.104(c)(2); and �����������(2)�The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. ������Subsidiary�means an entity in which more than 50 percent of the entity is owned� �����������(1)�Directly by a parent corporation; or �����������(2)�Through another subsidiary of a parent corporation ������Successor�means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term �successor� does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. ������Veteran-owned small business concern�means a small business concern� �����������(1)�Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and �����������(2)�The management and daily business operations of which are controlled by one or more veterans. ������Women-owned small business (WOSB) concern eligible under the WOSB Program�(in accordance with�13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. �����Women-owned small business concern means a small business concern� �����������(1)�That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least51 percent of the stock of which is owned by one or more women; and �����������(2)�Whose management and daily business operations are controlled by one or more women. ������(b)� (1)�Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM �����������(2)�The offeror has completed the annual representations and certifications electronically in SAM accessed through�http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR�52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard(s) applicable to the NAICS code(s) referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR�4.1201), except for paragraphs ______________. ����������[Offeror to identify the applicable paragraphs at (c) through (v) of this provision that the offeror has completed for the purposes of this solicitation only, if any. �����������These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. �����������Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] ������(c)�Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. �����������(1)�Small business concern. The offeror represents as part of its offer that it�?�is,�?�is not a small business concern. �����������(2)�Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it�?�is,�?�is not a veteran-owned small business concern. �����������(3)�Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it�?�is,�?�is not a service-disabled veteran-owned small business concern. �����������(4)�Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, that it�?�is,�?�is not a small disadvantaged business concern as defined in 13 CFR124.1002. �����������(5)�Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it�?�is,�?�is not a women-owned small business concern. �����������(6)�WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- ����������������(i)�It�?�is,�?�is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and ����������������(ii)�It�?�is,�?�is not a joint venture that complies with the requirements of�13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. �����������(7)�Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- ����������������(i)�It�?�is,�?�is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and ����������������(ii)�It�?�is,�?�is not a joint venture that complies with the requirements of�13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture:�__________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. ����������������Note:�Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. �����������(8)�Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it�?�is a women-owned business concern. �����������(9)�Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ �����������(10)�HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that� ����������������(i)�It�?�is,�?�is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with�13 CFR Part 126; and ����������������(ii)�It�?�is,�?�is not a HUBZone joint venture that complies with the requirements of�13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. ������(d)�Representations required to implement provisions of Executive Order11246- (1)�Previous contracts and compliance. The offeror represents that- ����������������(i)�It�?�has,�?�has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and ����������������(ii)�It�?�has,�?�has not filed all required compliance reports. �����������(2)�Affirmative Action Compliance. The offeror represents that- ����������������(i)�It�?�has developed and has on file,�?�has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or ����������������(ii)�It�?�has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. ������(e)�Certification Regarding Payments to Influence Federal Transactions (31�http://uscode.house.gov/�U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. ������(f)�Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR)�52.225-1, Buy American-Supplies, is included in this solicitation.) �����������(1)�The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of �domestic end product.� The terms �commercially available off-the-shelf (COTS) item� �component,� �domestic end product,� �end product,� �foreign end product,� and �United States� are defined in the clause of this solicitation entitled �Buy American-Supplies.� �����������(2)�Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ ����������[List as necessary] �����������(3)�The Government will evaluate offers in accordance with the policies and procedures of FAR�part� 25. ������(g)� (1)�Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR�52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) ����������������(i)�The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms �Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,� �commercially available off-the-shelf (COTS) item,� �component,� �domestic end product,� �end product,� �foreign end product,� �Free Trade Agreement country,� �Free Trade Agreement country end product,� �Israeli end product,� and �United States� are defined in the clause of this solicitation entitled �Buy American-Free Trade Agreements�Israeli Trade Act.� ����������������(ii)�The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled �Buy American-Free Trade Agreements-Israeli Trade Act�: ���������������Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ ���������������[List as necessary] ����������������(iii)�The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled �Buy American-Free Trade Agreements-Israeli Trade Act.� The offeror shall list as other foreign end products those end products manufactured in the United States...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8e7c106830594a29a2bcd5cc0cb35116/view)
- Place of Performance
- Address: Bolling AFB, DC 20032, USA
- Zip Code: 20032
- Country: USA
- Zip Code: 20032
- Record
- SN05756326-F 20200815/200813230156 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |