Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SOLICITATION NOTICE

P -- P--COMMEMORATIVE MEDALLION IDIQ

Notice Date
9/2/2020 6:43:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331523 — Nonferrous Metal Die-Casting Foundries
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3020Q0073
 
Response Due
9/8/2020 12:00:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
Bell, Larissa
 
E-Mail Address
lrbell@usbr.gov
(lrbell@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
140R3020Q0073 Commemorative Medallion-IDIQ Combined Synopsis/Solicitation Amendment 01: The purpose of this amendment is to answer the following questions: a. What size are the coins? i. See attachment 5 for the coin size b. What is the design of the coins? i. The designs will change each year but attachment 5 has pictures of previous years coins for your reference. B. Quote due date is hereby changed from September 2, 2020 at 4pm PST to Tuesday, September 8, 2020 by 12pm PST. C. All other terms and conditions remain unchanged. Please review amendment 01 and update your quote if necessary. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. (ii) To facilitate electronic quote submissions through beta.SAM Contract Opportunities, a request for quote (RFQ No. 140R3020Q0073) is being issued subsequent to this combined solicitation/synopsis. Quoter is required to be registered at sam.gov at the time of offer submittal (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2020-08, dated 8/13/2020. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 331523 � Nonferrous Metal Die-Casting Foundries. The small business size standard for NAICS Code is $500 Million. (v) Contract Line Item Numbers (CLIN) *See attached Contract Price Schedule for CLIN information. Contract Price Schedules must be completed and submitted with quotation. Price Schedule 1 - (September 1, 2020 � August 31, 2021) CLIN 0010 - 100% Copper Proof Medallions CLIN 0011 - 100% Copper Medallion CLIN 0012 - Plated Medallion CLIN 0013 - Medallion Dies CLIN 0014 - Plastic Air-Tight Capsules Price Schedule 2 - (September 1, 2021 � August 31, 2022) CLIN 0020 - 100% Copper Proof Medallions CLIN 0021 - 100% Copper Medallion CLIN 0022 - Plated Medallion CLIN 0023 - Medallion Dies CLIN 0024 - Plastic Air-Tight Capsules Price Schedule 3 - (September 1, 2022 � August 31, 2023) CLIN 0030 - 100% Copper Proof Medallions CLIN 0031 - 100% Copper Medallion CLIN 0032 - Plated Medallion CLIN 0033 - Medallion Dies CLIN 0034 - Plastic Air-Tight Capsules Price Schedule 4 - (September 1, 2023 � August 31, 2024) CLIN 0040 - 100% Copper Proof Medallions CLIN 0041 - 100% Copper Medallion CLIN 0042 - Plated Medallion CLIN 0043 - Medallion Dies CLIN 0044 - Plastic Air-Tight Capsules Price Schedule 5 - (September 1, 2024 � August 31, 2025) CLIN 0050 - 100% Copper Proof Medallions CLIN 0051 - 100% Copper Medallion CLIN 0052 - Plated Medallion CLIN 0053 - Medallion Dies CLIN 0054 - Plastic Air-Tight Capsules Reclamation intends to award the first Task Order immediately following award. The prices from Contract Price Schedule 1 will be used for the first task order. (vi) The Bureau of Reclamation has a requirement for a contractor to manufacture excess copper from the Hoover Dam Power Plant into commemorative medallions, in accordance with this performance work statement. Reclamation intends to award one firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts as a result of this RFQ. Reclamation will evaluate offers received and determine if one award or two awards is in the Government�s best interest. The prices from Price Schedule 1 will be used for the first Task Order. The Government will order, and the contractor will furnish at least the guaranteed minimum dollar value specified below during the five-year term of the IDIQ. The guaranteed dollar value and not to exceed amount is as follows; Guaranteed Minimum Dollar Value over 5-Year Performance Period: $25,000 Not to Exceed Dollar Value over 5-Year Performance Period: $375,000 (vii) Reclamation anticipates awarding one firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) as a result of this RFQ. The ordering period will begin on or about September 15, 2020 and continue for 5 years. The Government reserves the right to make multiple awards or no award, if necessary. THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (Jun 2020) (ix) FAR provision 52.212-2, Evaluation - Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Past Performance 3. Price (all proposed prices will be reviewed for price reasonableness and any instances of unbalanced pricing.) QUOTE INSTRUCTIONS -FULL TEXT: (a) A comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). The Government will conduct a direct comparison of one quote with another in order to determine which quote best provides the Government what it needs, as identified in this solicitation. The Government reserves the right the select a quote that provides benefit to the Government that exceeds the minimum but is not required to do so. Quotes may exceed the requirements, but the Government is not requesting or accepting alternate quotes. Each quote must respond to the solicitation requirements. (b) Instructions. ~1. Technical Capability - Vendors must demonstrate a sufficient amount of experience in performing work that is similar in nature and complexity to the work described within this requirement. To facilitate evaluation of this, vendors are requested to submit: 1) a minimum of two examples of work they have performed in the last 5 years that are similar in nature to the scope and complexity of the work described within this requirement, and 2) a document describing the work performed on each of the projects provided so the Government can determine from the description that it was, in fact, similar to the work required under this solicitation (see Attachment 4 - Past Performance Questionnaire). ~2. Past Performance - The Government will evaluate the vendor's past performance in accordance with FAR 13.106-2 using the attached past performance questionnaire and other Government sources, such as CPARS and FAPIIS. Vendors without a record of past performance will be assigned a rating of Neutral and will not be evaluated either favorably or unfavorably under this factor. ~3. Price - Vendors shall complete and submit: 1) Attachment 2 - Price Schedule, with their quote. Note that by submission of a quote, the Vendor is certifying that they have the capability to perform the requirements of all chemical testing and analyses. The sum of all price schedules will be used to make a determination for award. 2) Applicable Wage Determination - The Wage Determination included in this RFQ is only applicable for contractors in the County of Clark, Nevada. If your company is located in another location, please provide the applicable wage determination with your quote by visiting the following website: https://beta.sam.gov/search?index=wd (x) FAR 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 part127), 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. (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 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.� Other Foreign End Products: ______________ _________________ ______________ _________________ ______________ _________________ Line Item No. Country of Origin [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR part 25. (2) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled �Buy American-Free Trade Agreements-Israeli Trade Act�: Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled �Buy American-Free Trade Agreements-Israeli Trade Act�: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, 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, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled �Trade Agreements.� (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin _______________ __________________ _______________ __________________ _______________ __________________ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products un
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c3bca6112e93447c9da50ce3469df21f/view)
 
Record
SN05783738-F 20200904/200902230137 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.