Provide Vessel and Labor for Six Days with Experience Crew
COMBINED SYNOPSIS/SOLICITATION Provide Vessel and Labor for Six Days with Experience Crew - Best Value (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the... COMBINED SYNOPSIS/SOLICITATION Provide Vessel and Labor for Six Days with Experience Crew - Best Value (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NFFP7100-19-02647wb. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 (JULY 2019). (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 483114. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001, Vessel charter to recover/deploy acoustic recorders. Period of Performance period is Date of Award to 5/31/2020 Technical Specifications and Deliverables_________________ CLIN 0002, Vessel charter to recover/deploy acoustic recorders. Period of Performance period is Date of Award to 9/30/2020 Technical Specifications and Deliverables_________________. OVERALL TOTAL Technical Specifications and Deliverables____________________ (VI) Description of requirements is as follows: Purpose - The NWFSC assesses the movements and habitat use of marine mammals in the Pacific Northwest. We use autonomous acoustic recorders deployed on subsurface moorings to determine their occurrence. These units have been widely used by other marine mammal researchers, which will be important for comparison of the data we collect. Tasks Provide vessel and labor for six days with experience specific to: 1. The deployment of five NOAA autonomous acoustic recorder moorings from the Columbia River to the Cape Flattery, Washington, approximately 150 nm travel distance and up to approximately 25nm offshore. 2. Recovery of one recorder mooring, off the Columbia River, Washington. • The vendor will have a vessel and crew with direct experience in: o Locating a mooring location with a global positioning system (GPS) o Locating subsurface mooring floats with an echosounder and be able to maintain the vessel on station o Successfully grappling for the mooring cable and safely and efficiently hauling the mooring, including the 800lb anchor to the surface without damaging delicate scientific instrumentation o Safely and efficiently redeploying an acoustic recorder mooring with an 800lb anchor in a manner so as not to damage delicate scientific instrumentation NON-PERSONAL SERVICE Personnel performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Personnel will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations. The NMFS will perform the inspection and acceptance of the completed work. DELIVERABLE SCHEDULE Deliverables include date, time, and location (Latitude/ Longitude) acoustic recorder number, acoustic release number (and release codes) of each mooring recovered or deployed shall be provided in an Excel spreadsheet via email within one week of completion of the trip. GREEN PROCUREMENT PROGRAM (GPP 1 does not apply 0 is compliant GPP includes Recovered Materials Products, Biobased Products, Energy Efficient Products, Electronic Product Environmental Assessment Tool Products, Water Efficient Products, Alternative Fuels Vehicles/Alternative Fuels/Hybrids, Non-Ozone Depleting Products, Environmentally-Preferable Products and Services, and Waste Prevention and Recycling. (If this procurement should fall under the GPP, but is not compliant, a justification is required with concurrence from the Environmental Designee and OCIO designee, if applicable, and approved by the Head of the Contracting Office (HCO). REQUIREMENTS Embark/Debark Embark: TBD depending on vessel availability and forecasted conditions. Debark: TBD depending on success with recovery/deployments and weather conditions. General Information A discussion of scheduling will begin immediately upon contract award. Technical Specifications and Deliverables 1. The recommended vessel shall be between 50-80 feet. 2. Vessel shall depart from and return to the Astoria, Oregon area. 3. Dry storage area in the main deck house for holding some scientific supplies & equipment. 4. Deck space and capacity shall be sufficient to carry 5 moorings and there 800lb anchors on one trip. 5. Potable fresh water supply shall be adequate for vessel and personal use of crew and scientists. 6. Clean and sanitary accommodations for crew and scientific field party; Head shall be clean and operating appropriately. 7. In an effort to reduce marine debris pollution, the Captain shall comply with waste management regulations as described in Section V of MARPOL. The vessel shall be required to have a storage facility, to retain all refuse so it is not disposed at sea. 8. Captain must have prior familiarity of navigating through the Columbia River bar and nearshore ocean. 9. The vessel must possess a Coast Guard certification and the master or an individual in charge of the vessel must ensure that safety drills and instruction are conducted at least once a month (46 CFR 28.270). Safety orientations must be given to each individual on board that has not received the instruction and has not participated in the drills before the vessel can continue to operate. 10. Request is for six days at sea. Electronic Equipment Requirements 1. Radios: A VHF set, a single side-band unit. 2. GPS - with 6 channels, sequential capability to track satellites. 3. Radar - minimum range of 15 miles. 4. Depth Sounders - color scope unit capable of allowing identification of subsurface mooring floats Crew Requirements 1. The minimum crew shall consist of (1) Captain and one (1) deckhand. 2. The Captain shall have a minimum of five (5) years sea experience with two (2) years as a master of a comparable-sized vessel. 3. Captain and deckhand will assist scientific personnel as needed. 4. The government-provided science party shall consist of 1 individual. The Chief Scientist will be responsible for implementation of the Cruise Plan, compliance to the charter terms, all science equipment, and the conduct and performance of scientific personnel aboard the vessel. Operating Procedures 1. Workday length and hours will be determined by the Chief Scientist in consultation with the Captain. Working days may be a minimum of 8 hours and maximum up to 24 hours. The days may be an overnight stay at sea. The decision will be based on the type of activity expected as well as on prevailing weather conditions and the Cruise Plan. The Chief Scientist has the final authority in scientific matters. 2. The Captain may also be asked to provide data on the navigational records. 3. The Chief Scientist and the Captain will meet at least once a day during sampling to discuss operation and resolved problems. They will work together to resolve sampling locations, transits, and scheduling. In the event that they cannot reach agreement on any problem which has the potential for compromising the research or threatens the safety of the Scientific Personnel, the Chief Scientist will direct the vessel to return to port where an acceptable solution will be arranged between the Government and the Contractor. 4. The Captain shall operate the boat in a safe matter for all personnel onboard. The hydraulic winches shall be in good working order. 5. The contractor shall provide for all operation expenses of the vessels incurred during charter days. These expenses will be moorages, fuel, personnel cost, etc. Safety______________________________________________________________ 1. The vessel's Captain is responsible for all matters relating to safety of personnel, the vessel, and equipment operation. The U.S. Coast Guard shall possess a certification that is valid for the time period of the charter. The ship shall be operated in accordance with U.S. Coast Guard's Navigation Rules and the U.S. Maritime Regulations at all times. Scheduling__________________________________________________________ A discussion of scheduling to go to sea will begin immediately upon contract award. Insurance________________________________________________________________ During the full period of this contract the Contractor shall maintain the customary full form marine insurance coverage on the vessels including Hull and Machinery and Liability-P&I, taking into account scientific personnel employed on board. The expense of this insurance shall be covered by the contractor, and shall be deemed to be included in the hire payable under this contract. Copies of the insurance policy shall be provided by the contractor as technical information. DELIVERABLE SCHEDULE Line 1: Period of Performance from date of award to May 31, 2020 Line 2: Period of Performance from date of award to September 30, 2020 (VIII) FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2018)(Deviation 2019-03) (JUNE 2019), applies to this acquisition. This is a Best Value Acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number ____________________ c) Provided yes if your company is actively registered in the required System For Award Management (sam.gov) _____________________. "THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT". CAR 1352.215-72 INQUIRIES (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO BILL.BELL@NOAA.GOV. QUESTIONS ARE TO BE RECEIVED NO LATER THAN 4:00 P.M. PDT/PT 8/1/2019. Any responses to questions will be made in writing (preferred via email), without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (IX) FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (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. This is a Best value Lowest Priced Technically Acceptable. 1. Technical Product Specifications, provide specifications showing is technically meeting the requirements. 2. Price. The Government intends to award a firm-fixed price order on a best value basis on an all or none basis with payment terms of Net 30. 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 receipt, unless written notice of withdrawal is received before award. (X) THE OFFEROR MUST SUBMIT A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2018) 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 (u)) of this provision. (a) Definitions. As used in this provision- "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. "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"- (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 with 13 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 at 13 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 CFR 124.104(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. "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. "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. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "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 least 51 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. "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. (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 applicable to the NAICS code 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 (u) 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 CFR 124.1002. (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 Order 11246- (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 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 E...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »