Onshore Data and Sample Collections of Bigeye Tuna and Opah
COMBINED SYNOPSIS/SOLICITATION COLLECTION OF DATA AND SAMPLES FOR BIGEYE TUNA AND OPAH STUDY FOR THE NATIONAL MARINE FISHERIES SERVICE (NMFS), SOUTHWEST FISHERIES SCIENCE CENTER (SWFSC) (I) This is a ... COMBINED SYNOPSIS/SOLICITATION COLLECTION OF DATA AND SAMPLES FOR BIGEYE TUNA AND OPAH STUDY FOR THE NATIONAL MARINE FISHERIES SERVICE (NMFS), SOUTHWEST FISHERIES SCIENCE CENTER (SWFSC) (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 NFFR7000-19-02525NGB. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03(JUNE 2019)(Deviation 2019-03)(JUNE 2019). (IV) This solicitation is being issued as a full and open competition for non-personal services. The associated NAICS code is 541690. The small business size standard is $15 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial services and products: CLIN 0001 - BASE PERIOD: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPEMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY TO OBTAIN ONSHORE DATA AND SAMPLE COLLECTION OF BIGEYE TUNA AND OPAH IN ACCORDANCE WITH THE STATEMENT OF WORK. PERIOD OF PERFORMANCE 09/01/2019 - 08/31/2020. CLIN 1001 - OPTION PERIOD 1: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPEMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY TO OBTAIN ONSHORE DATA AND SAMPLE COLLECTION OF BIGEYE TUNA AND OPAH IN ACCORDANCE WITH THE STATEMENT OF WORK. PERIOD OF PERFORMANCE 09/01/2020 - 08/31/2021. • NO FUNDING WILL BE PROVIDED FOR THE OPTION PERIOD UNLESS THE OPTION PERIOD IS EXERCISED BY A MODIFICATION TO THIS PURCHASE ORDER. NO WORK SHALL START UNTIL NOTIFIED IN WRITING BY THE CONTRACTING OFFICER (VI) Description of requirements is as follows: ONSHORE DATA AND SAMPLE COLLECTIONS OF BIGEYE TUNA AND OPAH NOAA/NATIONAL MARINE FISHERIES SERVICE SOUTHWEST FISHERIES SCIENCE CENTER - Fisheries Resources Division Statement of Work The Option Year may or may not be exercised, at the government's discretion. I. Objectives The principal goal of this project is to obtain data and biological samples from the San Diego-based longline tuna fishery in order to improve information on the life history and stock structure of bigeye tuna and opah. II. Background The Fisheries Resources Division (FRD) at the Southwest Fisheries Science Center (SWFSC) monitors Highly Migratory Species (HMS) stocks off of the west coast of the United States as outlined by the Highly Migratory Species Fishery Management Plan (HMS-FMP) of the Pacific Fishery Management Council. This contract is for the collection of data and biological samples of bigeye tuna (Thunnus obesus), the target of longline fisheries operating in subtropical waters in the eastern Pacific Ocean, and opah (Lampris guttatus), a valuable, marketable species caught incidentally in the bigeye tuna longline fisheries. With the recent relocation of tuna longliners to San Diego from Hawaii, the issue of stock structure for these two species has become particularly important. Bigeye tuna (BET) in the Pacific Ocean were originally believed to be a single stock. More recent evidence indicates considerable longitudinal separation suggesting that there may be three putative stocks (eastern, central, and western) across the equatorial Pacific Ocean, between 10? N and 10? S with stock boundaries at about 120? W and 180?, and that an additional three stocks may exist northward and three southward of the three equatorial stocks. Members of the California Pelagic Fisheries Association (CPFA) target BET from 200 miles off the West Coast out to about 140° W and north of about 15° N, an area north of the equatorial stocks where prior tagging has revealed stock structure. This proposal to collect morphometric data and samples for genetics on BET will contribute to a greater understanding of their biological and ecological attributes with an objective of improving their management under the Inter-American Tropical Tuna Commission (IATTC). Opah has become of greater importance in the catch portfolio of west coast pelagic harvesters as buyers and consumers are increasingly favoring this poorly understood complex of putative species. Opah is currently not actively managed domestically or internationally. A recent study provided clear evidence that L. guttatus is not a single, globally distributed species but rather is composed of five lineages and that two of these appear to be harvested by the U.S. Hawaii-based longline fishery. The catch composition by lineage of the San Diego fleet, which typically operates east of the Hawaii-based fleet, is unknown, as are growth rate, reproductive biology, habitat use and the role of opah in the ecosystem. These knowledge gaps underscore the need to study the distribution, habitat and life history of these lineages. III. Description of Work and Services The contract goal is to oversee collection of data and samples from BET and opah caught in the San Diego-based tuna longline fishery. The contractor will conduct, oversee and support data and sample collection efforts and provide data and samples regularly to NMFS personnel. Task 1. The contractor will oversee all aspects of the data and sample collection, sample preservation and distribution to SWFSC staff. Task 2. The contractor will monitor catch offloaded in San Diego prior to their processing at a local seafood distribution plant. Data and samples of BET and opah will be collected and stored as indicated in the table below. ion to SWFSC staff. Biegye Tuna Number Storage Opah Number Storage * location of capture (5° x 5° Marsden square) all * location of capture (5° x 5° Marsden square) 50/month *straight fork length all *straight fork length 50/month *gilled and gutted weight all *sex 50/month fin clip for DNA analysis 50/month ethanol *fin clip for DNA analysis 50/month ethanol † complete reproductive tract 10-15/month refrigerated or on ice for up to 3 days *can be collected from gilled and gutted fish † stomach 10-15/month frozen † to be collected from whole fish † 3-4 vertebrae 10-15/month frozen For opah biological samples (10-15 per month), collections should be made from several trips within the month with the goal of obtaining 2-3 of the smallest and 2-3 of the largest fish landed each trip. Vertebrae should be collected from the first few vertebrae just posterior to the head. Vials and ethanol for preservation of fin clips for DNA will be provided by the SWFSC. All other sampling supplies are to be provided by the contractor. Task 3. The contractor will meet (or correspond by phone or email) with the NMFS Project Leaders on a quarterly basis to discuss progress and provide a brief written summary on data and samples collected to date. IV. Deliverables All deliverables will be submitted to the Government Project Leaders. The contract period will be Steptember 1, 2019 through August 31, 2020, which includes one base year. There is also one option year, which may or may not be exercised, at the government's discretion. If exercised, the Period of Performance for the Option Year is September 1, 2020 through August 31, 2021. Invoices may be submitted intermittently based on partial completion of the work. 1. Quarterly the contractor will prepare a written summary of the data and samples collected and distributed to the SWFSC. Data and samples to be provided are listed in the table above. Progress, limitations and plans will be discussed with the Government Project Leaders. 2. At the end of the contract period the contractor will provide a summary of the data and samples collected and distributed to the SWFSC. All data generated will be property of the U.S. Government. The C&A requirements of clause 73 do not apply and a Security Accreditation Package is not required. V. Contractor Requirements a. Must have access to the majority of landings of the San Diego-based tuna longline fleet and a cooperative relationship with vessel captains in order to obtain whole fish. b. Must be located in close proximity to the port of San Diego where the longline vessels offload and close to the NOAA Southwest Fisheries Center in La Jolla, CA, or be willing to travel to those locations regularly in order to ensure timely transfer of fresh specimens. c. Must have dedicated staff trained in fishery data and sample collection, specifically measuring straight fork length of fish, and collecting biological specimens including stomachs, reproductive tracts, vertebrae, white muscle, and fin spines. d. Must have high quality control standards and attention to detail to ensure that the sampling plan is carried out as specified. VI. Non-Personal Service Contract Statement Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor employees 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 contractor 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 Government Project Leaders will perform the inspection and acceptance of the completed work. (VII) PERIOD OF PERFORMANCE: Base Year: September 1, 2019 through August 31, 2020 Option Year: September 1, 2020 through August 31, 2021 (VIII) FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2018)Deviation 2019-03)(JUNE 2019), applies to this acquisition. This will be evaluated on a best value/trade off basis. 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. Quotes shall be fully executed and returned on the Standard Form (SF) 18 or your own company quote form and any acknowledgements of solicitation amendments on the SF 30. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable (preferred) and can be sent to Nick Brown, email nicholas.g.brown@noaa.gov or Faxed to 303-497-3163. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number 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. (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, price and other factors considered. The following factors shall be used to evaluate offers. All factors have the same value: This contract will be awarded on a best value/trade-off basis. Past performance, technical approach and price are considered to be of equal importance. 1. Past Performance - quote shall include at least one reference for similar services including a name, phone number, full address and e-mail address (if available). The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the offeror, the agencies knowledge of the contractor performance, other government agencies or commercial entities, or past performance databases, and past performance will be based on responsiveness, relevant experience, timeliness and quality. 2. Technical Expertise and Capability - The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. Offeror's are required to provide a technical approach, which should address the requirements listed in the Statement of Work. 3. Price (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. "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 veteransor, 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 unde 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; an (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 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) Vetera-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/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3U.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 defin...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »