Medical Laboratory Testing and Analysis Services
This is a combined synopsis/solicitation for Medical Laboratory Testing and Analysis Services in accordance with the format in FAR 12.6, as supplemented with additional information included in this no... This is a combined synopsis/solicitation for Medical Laboratory Testing and Analysis Services in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The 164th Airlift Wing located at 4593 Swinnea Memphis, TN 38118 , is issuing a combined synopsis/solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. The North American Industry Classification System (NAICS) Code for this requirement is 621511 Medical Laboratories, with a Small Business size standard of $32,500,000.00 million dollars. This document incorporates provisions and clauses that are in effect through the Federal Acquisition Circular (FAC) 2005-87. This Request for Quote (RFQ) Medical Laboratory Testing and Analysis Services is unrestricted to all businesses. The Government intends to award a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract. If you cannot quote all items requested in this RFQ, please submit quote on what you can provide, as it may be considered if government determines best for the government, however it's the government's intent to award to vendors who can provide all that is requested. Meaning, the goal of this solicitation is to find a business to fill the requirements of the 164th Airlift Wing. If it appears it is more advantageous for the Air National Guard, multiple firms may be used to fill the requirement under this IDIQ. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to provide Medical Laboratory Testing and Analysis Services, as defined in the attached PWS CLIN 0001 - Medical Laboratory Testing and Analysis Services CLIN 0002 - Contractor Manpower Reporting Application. The contractor shall report ALL contractor labor hours (including subcontractor labor hours if applicable) required for performance of services provided under this contract for the Air National Guard via secure data collection site. All quotes will be evaluated based on the evaluation criteria and price: Technical Factors: 1) Contractor shall be able to pick up test labs on Saturday and/or Sunday 2) Contractor shall be able to return all test results no later than two (2) weeks after pick up 3) Contractor shall provide the use of online web access to view results by person 4) The contractors database shall keep a historical data of all tests and allow a singular entry of members in the system. 5) Quantiferon gold (TB blood test) shall be picked up and incubation period completed by contractor. If contractor is provided a pick up time, Labs shall be picked up at the front gate or the medical clinic within .5 hour. See attachment for required laboratory testing. Past Performance: The past performance evaluation results is an assessment of the quoter's probability of meeting the minimum past performance that pertain to the products and/or services outlined in the solicitation requirements. The Government may use Contractor Performance Assessment Reporting System (CPARS), information in the quoter's quote, and information obtained from other sources. Questions about this requirement will be due Wednesday, 20 Mar 2019 at 2:00pm CST. Questions about this solicitation will be sent electronically to SMSgt Chris Rhyne at usaf.tn.164-aw.mbx.msc@mail.mil . All questions and answers will be published as attachments to this solicitation. The due date for all vendors submitting a quote is Tuesday, 26 Mar 2019 by 2:00pm CST. This will be for a base period and 4 option period of 12 months each. Please submit 5 separate pricing lists and indicate Base, Option 1, Option 2, Option 3, and Option 4. MEDICAL LAB SERVICES: See attachment CLAUSES INCORPORATED BY REFERENCE (Full text can be accessed at: http://farsite.hill.af.mil) FAR 52.203-13 - Contractor Code Business Ethics and Conduct FAR 52.204-2 Alternate I - Security Requirements FAR 52.204-7-- System for Award Management (Jul 2013) FAR 52.204-9 - Personnel Identity Verification of Contractor Personnel FAR 52.204-13 - System for Award Management Maintenance (Jul 2013) FAR 52.204-16 - Commercial and Government Entity code Reporting (JUL 2015) FAR 52.204-18-Commercial and Government Entity code Maintenance (JULY 2015) FAR 52.204-19-Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.209-5-Certification Regarding Responsibility Matter (OCT 2015) FAR 52.209-7 - Information Regarding Responsibility Matters (JUL 2013) FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2015) FAR 53.219-14- Limitations on Subcontracting FAR 52.219-28 -- Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3 -- Convict Labor (Jun 2003) FAR 52.222-21 -- Prohibition of Segregated Facilities (Apr 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Act-Supplies FAR 52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Dec 2012) FAR 52.232-23 -- Assignment of Claims (May 2014) FAR 52.232-33 - Wide Area Work Flow FAR 52.232-37 - Multiple Payment Arrangements FAR 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1 -- Disputes (May 2014) FAR 52.233-3-- Protest after Award (Aug 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-7 - Indemnification and Liability Insurance FAR 52.246-4 - Inspection of Service Fixed Price FAR 52.247-34 - FOB Destination FAR 52.253-1-- Computer Generated Forms (Jan 1991) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Jan 2015) DFARS 252.204-7000 Disclosure of Information DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001) (OCT 2015) DFARS 252.204-7012 Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001)(OCT 2015) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.223-7004 Drug Free Workplace DFARS 252.225-7001 Buy American and Balance of Payment Program-Basic (NOV 2014) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012) DFARS 252.225-7012 Preference for Certain Domestic Commodities (FEB 2013) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.239-7018 Supply Chain Risk (Nov 2013) DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991) DFARS 252.247-7023 Transportation of Supplies by Sea (APR 2014) CLAUSES INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors - Commercial Items Addendum (m) Questions Concerning the RFQ: (1) Questions regarding this RFQ shall be directed to the 164th Airlift Wing Contracting Office. (2) Questions shall be directed to Contract Specialist, SMSgt Chris Rhyne, via email to usaf.tn.164-aw.mbx.msc@mail.mil , reference solicitation W912L7-19-Q-1105 in the subject line of the email. (3) Questions are due at 2:00 P.M. Central Standard time on 20 Mar 2019. (n) General Information and Quote Format: (1) Pricing shall be submitted in pricing list shown in attachments (Base plus 4 options). (2) Quotes shall include DUNS, CAGE Code, and Tax Identification Number, and POC information. (3) quotes must include DETAILED description of each item offered to be evaluated for technical purposes, and statement of delivery time for items. (4) Please include the customization process in proposal that will be made available to the TN ANG (i.e., website, phone, email)**WILL NOT BE A FACTOR FOR AWARD** (5) If the 164th Airlift Wing Contracting Office has to reach out because ALL information was not provided in quote, you may be considered non-responsive and not considered for award. (o) Quote Submittal: (1) Quotes shall be submitted electronically to SMSgt Chris Rhyne at usaf.tn.164-aw.mbx.msc@mail.mil (2) Quotes are due at 2:00 PM Central Standard Time 26 Mar 2019. (End of Provision) 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract(s) resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Within the continuum, the Government will employ a "Lowest Price Technically Acceptable. Evaluation of technical factors shall be on an acceptable/unacceptable basis. All factors are required to achieve an acceptable rating to be considered technically acceptable. Technical and past performance, when combined, are equal, when compared to price. Technical Capability: Factor 1 - Pickup/Deliver and Documentation Sub-Factor 1: Contractor shall be able to pick up test labs on Saturday and/or Sunday Sub-Factor 2: Contractor shall be able to return all test results no later than two (2) weeks after pick up Sub-Factor 3: Contractor shall provide the use of online web access to view results by person Sub-Factor 4: The contractor's database shall keep a historical data of all tests and allow a singular entry of members in the system. Sub-Factor 5: Quantiferon gold (TB blood test) shall be picked up and incubation period completed by contractor. If contractor is provided a pick up time, Labs shall be picked up at the front gate or the medical clinic within .5 hour. See attachment for required laboratory testing. Technical Capability Evaluation Ratings Rating Description Acceptable The quote clearly meets the minimum requirements of the RFQ. Unacceptable The quote does not clearly meet the minimum requirements of the RFQ. Past Performance: The past performance evaluation results is an assessment of the quoter's probability of meeting the minimum past performance that pertain to the products and/or services outlined in the solicitation requirements. The Government may use Contractor Performance Assessment Reporting System (CPARS), information in the quoter's quote, and information obtained from other sources. Past Performance Evaluation Ratings Rating Description Acceptable Based on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter's performance record is unknown. Unacceptable Based on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. Price The purpose of the price evaluation is to determine whether a quoter's proposed prices for the service are realistic, complete and reflect an understanding of solicitation requirements, and to provide an assessment of the reasonableness of the proposed price. The Contracting Officer shall ultimately make any subsequent award to the quoter whose quote is determined to represent the Lowest Price Technically Acceptable. •(a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. •(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). •(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Mar 2015) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) 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. "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. "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 the 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 posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation 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), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (p) 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 is to 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. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (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. (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...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »