The RFP Database
New business relationships start here

Laundry Services


Oregon, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Action Code: Combined Synopsis/Solicitation Notice
Class Code: S- Utilities and Housekeeping Services
Subject: Laundry Services
Solicitation Number: 11269618
Solicitation for
Commercial Items: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.
Posted Date: 6-12-19
Set-Aside: Total Small Business
Response Date: 11 July 2019 @ 2:00 pm PST
Contracting Office Address: United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047
Place of Performance: USPFO for Oregon
ATTN: USPFO-P, PO Box 14350
Salem, OR 97309-5047 US
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The solicitation is No. 11269618 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 11 July 2019 2:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses.


The North American Industry Classification System (NAICS) code for this acquisition is 812332. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following services:


CLIN 0001 Jackets and Coveralls ( Per Appendix A) POP August 1st 2019 through July 31st 2020 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________


CLIN 0002 Fire Retardant ( Per Appendix A) POP August 1st 2019 through July 31st 2020 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________


CLIN 0003 Rags ( Per Appendix A) POP August 1st 2019 through July 31st 2020 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________



CLIN 0004: Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate "No Charge". TOTAL tiny_mce_marker_______________


CLIN 0100 Jackets and Coveralls ( Per Appendix A) POP August 1st 2020 through July 31st 2021 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________


CLIN 0101 Fire Retardant ( Per Appendix A) POP August 1st 2020 through July 31st 2021 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________


CLIN 0102 Rags ( Per Appendix A) POP August 1st 2020 through July 31st 2021 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________


CLIN 0103: Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate "No Charge". TOTAL tiny_mce_marker_______________


CLIN 0200 Jackets and Coveralls ( Per Appendix A) POP August 1st 2021 through July 31st 2022 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________


CLIN 0201 Fire Retardant ( Per Appendix A) POP August 1st 2021 through July 31st 2022 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________


CLIN 0202 Rags ( Per Appendix A) POP August 1st 2021 through July 31st 2022 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________


CLIN 0203: Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate "No Charge". TOTAL tiny_mce_marker_______________


TOTAL CLIN 0001 - 0003 plus option years TOTAL tiny_mce_marker________________


Contracting Manpower Recording Act (CMRA)


The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY collection site as described in the associated PWS. The contractor shall complete Contractor Manpower Reporting (CMR) in accordance with the requirements outlined in the PWS. Information regarding CMR, including contractor user guides, can be obtained at the following website: https://cmra.army.mi./help/glossary.html.


Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. You may also fill out the PDF version on FBO of the solicitation and send in by the closing due date and time. The award will only be made to an offeror that is all-inclusive of the requirements for this solicitation.


 


 


PRICES QUOTED MUST BE VALID FOR 30 DAYS.


FOB Destination TO:


ORARNG
1776 Militia Way/PO Box 14350
Salem, Oregon 97309-5047


Please return this page and provide the following information.


Contact Person: ________________________________________________________


E-mail Address: ________________________________________________________


Telephone: ____________________________________________________________


DUNS Number: _________________________________________


CAGE Code: ________________________________________


Federal Tax ID Number _____________________________________________
Evaluation Criteria:
Award will be made to the lowest priced offeror that meets the minimum performance standards and is determined responsible in accordance with FAR Part 9.
This announcement is the solicitation which will result in a firm fixed-price contract.


Point of Contact:


Offerors can submit their quote any time before the due date to: Phillip Chik at phillip.l.chik2.civ@mail.mil


Performance Work Statement (PWS)
Oregon Army National Guard Laundry Service
Vision Statement
The Oregon Army National Guard (ORARNG) requires a Contractor to provide and launder weekly, mechanic's coveralls, cold weather jackets, and shop rags. The Contractor will pick up and deliver from various locations throughout Oregon. See location listing below.
1 Introduction
Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and any other items or non-personnel services necessary to perform the requirements of this contract. This Performance Work Statement (PWS) defines the minimum requirements. The contractor shall perform to the standards in this contract. This contract will consist of a one year base period and up to two additional years that will be exercised at the discretion of the Government.
1.1 Mission
The ORARNG trains to support State and Federal missions. Those missions include superior maintenance of ORARNG and other DoD equipment in the Willamette Valley, eastern high desert, and on the Oregon Coast that supports the training of elements from all Department of Defense organizations.
1.2 Scope
The contractor shall provide, at no cost to the government, properly sized, coveralls and jackets, spruce in color, as identified in the task order. Jackets and coveralls include name tags, green on white background, block letters, with last name of employee in capital letters and will be sewn on all coveralls and jackets. Each maintenance person will be issued 3 cold weather jackets and 7 sets of coveralls. Technicians who are fuelers will be issued 7 sets of fire retardant coveralls. These technicians will be identified in the task order. The Government shall not be charged for replacement of coveralls and jackets due to normal wear and tear or defective products. The initial fielding of coveralls and jackets should take no more than four weeks. As personnel changes occur, contractor will provide 2 clean temporary jackets and 3 temporary coveralls, if needed, to new employees within one week with the permanent set to be issued within 2 weeks. The jackets and coveralls of personnel who leave will be returned to contractor. As jackets and coveralls are issued, the contractor will then pick up, launder and deliver the coveralls and jackets within one week. The contractor will meet a one-for-one accountability of all items at pickup and delivery. Contractor shall also launder government owned shop rags. The contractor shall impose no additional charges without written consent from the Contracting Officer's prior to work being accomplished.
Contractor shall provide bins for soiled coveralls, jackets, and rags at no expense to the Government at all delivery locations. The contractor shall provide one Point of Contact for administrative issues and one for billing issues (CDRL1.2).
Contractor may subcontract by location or commodity, but subcontract information shall be provided to Government prior to establishment (CDRL 1.2.1). Primary contractor shall still be the main Point of Contact for customer service issues.
The Contracting Officer's Representative (COR) is the Government's main POC for this contract. The vendor shall provide one point of contact for this individual to call for customer support issues.
Accountability is a concern. All items will be individually counted with a representative from the location when picked up and at drop off.


1.3 Organization Designation and Addresses/Pick Up/Delivery Locations
Contractor shall pick up and drop off required items as identified in Appendix A. Potential locations are listed below. COR's will be identified in Appendix A. Delivery personnel shall use this information to schedule pickup and delivery times. Hours are from Monday through Friday 07:30 until 15:30, except US Federal Holidays. Contractor personnel will need to be properly licensed and able to meet requirements to perform work on these installations. See section 4.3 for additional information.
1.3.1 - Field Maintenance Shops -
AFRC, Clackamas (CSMS)
15300 SE Minuteman Way
Clackamas, Oregon 97015
(503) 683-5439


Kliever Armory, Portland (FMS 1)
10000 NE 33rd Drive
Portland, OR 97211-1798
(503) 280-7674


Maison Armory, Portland (FMS 1 Sub-shop)
8801 Chautauqua BLVD N
Portland, OR 97217


AFRC, Clackamas (FMS 2)
15300 SE Minuteman Way
Clackamas, Oregon 97015


Forest Grove (FMS 3)
2950 Taylor Way
Forest Grove, OR 97116


Salem (FMS 4)
1025 Airport Road SE
Salem, OR 97301-5055


Springfield (FMS 5)
3110 Pierce Parkway
Springfield, OR 97477


Medford (FMS 6)
1701 S Pacific Highway
Medford, OR 97501-7914


La Grande (FMS 7)
64082 Airport Lane
La Grande, OR 97850-1840


Umatilla (FMS 7 Sub-shop) BLDG 30
78798 Ordnance RD
Hermiston, OR 97838-9544


Central Oregon (UTES 1)
2899 E Highway 126
Redmond, OR 97756-0083


Camp Rilea (UTES 2)
91426 Rilea McCarter Road
Warrenton, OR 97146-9711


Salem (AASF #1)
1921 TURNER RD SE
Salem, OR 97302


Pendleton (AASF #2)
2110 NW 56th Drive
Pendleton, OR 97801-4582


AFRC, Clackamas (USPFO-SSD)
15300 SE Minuteman Way
BLDG 6550-A
Clackamas, Oregon 97015
(503) 683-5292


2. General Requirements
This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort
2.1 Non-Personal Services
The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees except the times the contractor's employee can pick up and deliver laundry. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Contracting Officer immediately.
2.2 Business Relations
The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel.
2.2.1 Customer Comment Cards
The contractor will provide customer comment cards and comment card boxes at every location. The COR will monthly review customer comment cards. Both negative and positive comments may be reflected on the monthly contractor performance assessment.
2.3 Contract Administration and Management
The following subsections specify requirements for contract, management, and personnel administration.
2.3.1 Contract Management
The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at ORARNG and the contractor's corporate offices.
2.3.2 Contract Administration
The contractor shall establish processes and assign appropriate resources to effectively administer the requirement (CDRL 2.3.2). The contractor shall respond to Government requests for contractual actions within 24 hours. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task. Only the Contracting Officers Representative (COR) or authorized Government POC will contact the contractor's representative. The contractor will maintain and submit monthly a list of all individuals and what equipment they have been issued by location (CDRL 2.3.2.1)
2.4 Subcontract Management
The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). Cross teaming may or may not be permitted.
2.5 Contractor Personnel, Disciplines, and Specialties
The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract.
3 - Performance Requirements
The following section specifies the Performance Objectives and Performance Elements for the contract.
3.1 Launder Coveralls and Jackets
3.1.1 The contractor shall provide and launder coveralls and jackets.
The contractor shall provide each maintenance technician with 7 coveralls and 3 jackets meeting the following specifications.
Jacket -


Shell: 7.25 oz. Twill, 65% Polyester / 35% Cotton
Insulation: 100% Polyester (content may vary)
Permanently lined with black quilted lining
Mid length
Rib knit collar, cuffs and waistband
Two lower inset slash pockets
Utility pocket on sleeve (solid colors only)
Long sleeve
Made to fit all body types


Coverall Zip-


65/35 poly/cotton 7.5 oz. twill
Concealed two-way metal zipper closure
Two set-in front pockets
Patch hip and chest pockets and rule pocket on right leg
Dome snap at neck and waist
Hemmed sleeves
Industrial launderable
Long sleeve
Spruce in color
Made to fit all body types
Note: Emblem patches & embroidery only (non screenprintable)



Performance Standards
STD: Pick up and deliver during normal work hours Monday thru Friday 07:30 to 15:30 hours.
AQL:
- Clothing is returned clean within one week and delivered during normal location work hours.
- New personnel are provided, at no cost to the Government, with 7 sets of coveralls and 3 jackets within 4 weeks. A temporary set of 3 coveralls and 2 jackets are issued within one week. Name tags are sewn as per contract.


Deliverables
A01 - Coveralls and jackets are provided, laundered and returned clean. All pickups and deliveries shall take place during specified time frame.


3.1.2 The contractor shall provide accountability for all coveralls and jackets that are to be laundered.
Performance Standards
STD: Contractor shall account for all laundered coveralls
AQL: 100% accountability


Deliverables
A07 - One for one accountability on all items
3.2 Launder Fire Resistant Coveralls and Jackets
3.2.1 The contractor shall provide and launder coveralls and jackets.
The contractor shall provide each technician with specialty jobs such as fuel truck operators with 7 fire resistant coveralls and 3 fire resistant jackets, spruce in color, long sleeve, and made to fit all body types. Clothing will meet the NFPA 2112 standard.
Performance Standards
STD: Pick up and deliver during normal work hours Monday thru Friday 07:30 to 15:30 hours.
AQL:
- Clothing is returned clean within one week and delivered during normal location work hours.
- Contractor must use a cleaning procedure that meets the NFPA 2113 cleaning standard.
- New personnel are provided, at no cost to the Government, with 7 sets of coveralls and 3 jackets within 4 weeks. A temporary set of 3 coveralls and 2 jackets are issued within one week. Name tags are sewn as per contract.


Deliverables
A01 - Coveralls and jackets are provided, laundered and returned clean. All pickups and deliveries shall take place during specified time frame.


3.2.2 The contractor shall provide accountability for all coveralls and jackets that are to be laundered.
Performance Standards
STD: Contractor shall account for all laundered coveralls
AQL: 100% accountability


Deliverables
A07 - One for one accountability on all items
3.3 Launder Shop Rags
3.3.1 The contractor shall pick up, and launder shop rags for technicians to maintain a clean work environment.
Performance Standards
STD: Shop rags shall be picked up, laundered, and delivered weekly during normal location business hours Monday-Friday 07:30-15:30.
AQL: Shop rags are laundered and return clean. All pickups and deliveries shall take place during specified time frame.
Deliverables
A02 - Shop rags are returned clean and ready for use.


3.3.2 The contractor shall provide accountability for all shop rags laundered.
Performance Standards
STD: Contractor shall account for all laundered shop rags.
AQL: 100% accountability


Deliverables
A07 - One for one accountability on all items
3.4. Contract Administration


3.4.1 Contractor provides a single POC for administrative and billing issues
Performance Standards
STD: Contractor has one POC for contract compliance issues and one POC for billing issues. This contract will have one Contracting Officer's Representative supporting multiple activities.
AQL: CORs are given the name and number of persons who are authorized to make corrections to service levels per contract and someone who is able to solve accounting issues. Contractor informs Government if there is a change in personnel.


Deliverables
A08 - CORs are able to contact contractor POCs within 24 hours to solve a contract issue.


3.4.2 Contractor only replaces coveralls, jackets and rags upon written request from Government POC. No additional charges are assessed to the government without prior written approval by COR.
Performance Standards
STD: Invoices match previously agreed upon service requirements and laundry levels.
AQL: There are no charges that haven't been authorized by the contracting officer.


Deliverables
A09 - Monthly invoices agree to the current replacement price list authorized by the contracting officer.
4 Special Requirements
This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort.
4.1 Government Furnished Materials
The Government owns all rags to be laundered under this contract and will own any additional rags purchased through this contract. Contractor will provide 100% accountability for all Government furnished materials currently owned by and laundered for the Oregon Army National Guard.
4.2 Contractor Manpower Reporting
The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Army National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/


Reporting inputs will be for the labor executed during the period of performance during each
Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra .mil/


4.3 Security Requirements


ACCESSING A DoD FACILITY OR INSTALLATION:
Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures.


ANTI-TERRORISM (AT) LEVEL I TRAINING REQUIREMENT:
All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete AT Level I awareness training within 7 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies. The contractor shall submit certificates of completion for each contractor employee and subcontractor employee requiring access to Army installations, facilities, or controlled access areas to the contracting officer before starting work on the installation. AT Level I awareness training is available at https://jkodirect.jten.mil Course #JS-US007-14.


iWATCH TRAINING:
The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity Anti-Terrorism Officer (ATO)). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 7 calendar days of contract award and within 7 calendar days of new employees' commencing performance, with the results reported to the contracting officer with 7 calendar days after contract award. Training may be obtained at http://www.myarmyonesource.com/familyprogramsandservices/iwatchprogram/default.aspx.


OPSEC TRAINING REQUIREMENT:
Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of reporting for duty. All contractor employees must complete annual OPSEC awareness training. OPSEC awareness training is available at: http://cdsetrain.dtic.mil/opsec/index.htm. Within 10 days of completing the training, the Contractor shall provide certificates/proof of completion to the Contracting Officer's Representative (COR), if assigned to the contract, or the Procuring Contracting Officer (PCO).
5 Performance Requirement Summary
The contractor shall provide deliverables as described in subsequent Appendix's. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD.
Identifier Name Description
A01 Coveralls and Jackets cleaned Coveralls and jackets are provided, laundered and returned clean. All pickups and deliveries shall take place during normal location working hours.
A02 Shop Rags Cleaned All rags laundered shall be accounted for and returned clean to ORARNG at the correct drop site
A03 Accountability Every item is accounted for in a one for one manner. The exact item size and name will be returned clean.
A04 Contract Administration Contractor provides one point of contact for billing and customer service questions. POC has authority to make changes for COR request.
A05 Replacement Request. Jackets, coveralls and shop rags aren't replaced without prior written request. No charges are on the monthly invoice without prior written approval.


 



6 - Contract Data Deliverables
CDRL Reference Number Information Required Report Frequency Recipient
1.2 KTR POC At contract award and after any changes KO & COR
1.2.1 Subcontracting plan prior to awarding any subcontracts KO & COR
2.3.2 Standard Operating Procedure 15 days after award KO & COR
2.3.2.1 Equipment Inventory monthly KO & COR


 


Appendix A
Oregon Army National Guard Laundry Service


Summary:
This Appendix is to outline the requirements for Laundry services for all 13 FMS, UTES, AASF's and USPFO-SSD in the state of Oregon that pertain to sizing, number of personnel per location, what locations will need the fueler uniforms, and the variables that will arise as employees are hired or as employees exit the positions. This Appendix will also go over the timeline for new employees as far as getting their temp uniforms and how long the Contractor has to get the permanent uniforms with names attached to the employee.


Locations and Personnel count currently
AFRC, Clackamas (CSMS)
15300 SE Minuteman Way
Clackamas, Oregon 97015
(503) 683-5439
Personnel: 46


AFRC, Clackamas (USPFO-SSD)
15300 SE Minuteman Way
Clackamas, Oregon 97015
(503) 683-5292
Personnel: 22


Kliever Armory, Portland (FMS 1)
10000 NE 33rd Drive
Portland, OR 97211-1798
(503) 280-7674
Personnel: 11


Maison Armory, Portland (FMS 1 Sub-shop)
8801 Chautauqua BLVD N
Portland, OR 97217
Personnel: 8


AFRC, Clackamas (FMS 2)
15300 SE Minuteman Way
Clackamas, Oregon 97015
Personnel: 10


Forest Grove (FMS 3)
2950 Taylor Way
Forest Grove, OR 97116
Personnel: 8
Rags: 0


Salem (FMS 4)
1025 Airport Road SE
Salem, OR 97301-5055
Personnel: 19


Springfield (FMS 5)
3110 Pierce Parkway
Springfield, OR 97477
Personnel: 7
Rags: 200


Medford (FMS 6)
1701 S Pacific Highway
Medford, OR 97501-7914
Personnel: 10


La Grande (FMS 7)
64082 Airport Lane
La Grande, OR 97850-1840
Personnel: 12
Rags: 200


Umatilla (FMS 7 Sub-shop) BLDG 30
78798 Ordnance RD
Hermiston, OR 97838-9544
Personnel: 6


Central Oregon (UTES 1)
2899 E Highway 126
Redmond, OR 97756-0083
Personnel: 19
Rags: 250
Towels: 40


Camp Rilea (UTES 2)
91426 Rilea McCarter Road
Warrenton, OR 97146-9711
Personnel: 15
Rags: 400


Salem (AASF #1)
1921 TURNER RD SE
Salem, OR 97302
Personnel: 8
Fuelers: 2


Pendleton (AASF #2)
2110 NW 56th Drive
Pendleton, OR 97801-4582
Personnel: 19
Fuelers: 2


Sizing and Fulfillment Times
The Oregon Army National Guard (ORARNG) shop supervisors will be responsible for submitting the sizes of all new employees to the contractor. The contractor will have no more than 10 business days (Monday through Friday) to fulfill the new employee with the required amount of uniforms as outlined in the Performance Work Statement (PWS) and properly sized to the new employee. This same requirement will also be enforced for current employees who need to change sizes in their uniforms.



Terms and Conditions:
Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.


FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-9 Personal Identity Verification of Contractor Personnel
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-16 Commercial and Government
Entity Code Reporting
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1, Instructions to Offerors-Commercial.
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business Representation
FAR 52.222-3 Convict Labor
FAR 52.222-21, Prohibition Of Segregated Facilities.
FAR 52.222-26, Equal Opportunity.
FAR 52.222-41, Service Contract Labor Standards
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management.
FAR 52.222-50, Combating Trafficking in Persons.
FAR 52.222-55 Minimum Wages Under Executive Order 13658
FAR 52.222-62 Paid Sick Leave Under Executive Order 13706
FAR 52.223-5, Pollution Prevention and Right to Know Information
FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.228-5 Insurance - Work on a Government Installation
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3 Protest After Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation
DFARS 252.201-7000, Contracting Officer's Representative
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests.
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.237-7012, Instructions to Offerors (Count-of-Articles)
DFARS 252.237-7014 Loss or Damage (Count-of-Articles)
DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax
DFARS 252.244-7000 Subcontracts for Commercial Items


52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items (Jan 2017)
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 located at http://www.sam.gov/portal. 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--
"Administrative merits determination" means certain notices or findings of labor law violations issued by an enforcement agency following an investigation. An administrative merits determination may be final or be subject to appeal or further review. To determine whether a particular notice or finding is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance.
"Arbitral award or decision" means an arbitrator or arbitral panel determination that a labor law violation occurred, or that enjoined or restrained a violation of labor law. It includes an award or decision that is not final or is subject to being confirmed, modified, or vacated by a court, and includes an award or decision resulting from private or confidential proceedings. To determine whether a particular award or decision is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance.
"Civil judgment" means--
(1) In paragraph (h) of this provision: A judgment or finding of a civil offense by any court of competent jurisdiction.
(2) In paragraph (s) of this provision: Any judgment or order entered by any Federal or State court in which the court determined that a labor law violation occurred, or enjoined or restrained a violation of labor law. It includes a judgment or order that is not final or is subject to appeal. To determine whether a particular judgment or order is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance.
"DOL Guidance" means the Department of Labor (DOL) Guidance entitled: "Guidance for Executive Order 13673, ‘Fair Pay and Safe Workplaces' ". The DOL Guidance, dated August 25, 2016, can be obtained from www.dol.gov/fairpayandsafeworkplaces.
"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.
"Enforcement agency" means any agency granted authority to enforce the Federal labor laws. It includes the enforcement components of DOL (Wage and Hour Division, Office of Federal Contract Compliance Programs, and Occupational Safety and Health Administration), the Equal Employment Opportunity Commission, the Occupational Safety and Health Review Commission, and the National Labor Relations Board. It also means a State agency designated to administer an OSHA-approved State Plan, but only to the extent that the State agency is acting in its capacity as administrator of such plan. It does not include other Federal agencies which, in their capacity as contracting agencies, conduct investigations of potential labor law violations. The enforcement agencies associated with each labor law under E.O. 13673 are--
(1) Department of Labor Wage and Hour Division (WHD) for--
(i) The Fair Labor Standards Act;
(ii) The Migrant and Seasonal Agricultural Worker Protection Act;
(iii) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act;
(v) 41 U.S.C. chapter 67, formerly known as the Service Contract Act;
(vi) The Family and Medical Leave Act; and
(vii) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors);
(2) Department of Labor Occupational Safety and Health Administration (OSHA) for--
(i) The Occupational Safety and Health Act of 1970; and
(ii) OSHA-approved State Plans;
(3) Department of Labor Office of Federal Contract Compliance Programs (OFCCP) for--
(i) Section 503 of the Rehabilitation Act of 1973;
(ii) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974; and
(iii) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity);
(4) National Labor Relations Board (NLRB) for the National Labor Relations Act; and
(5) Equal Employment Opportunity Commission (EEOC) for--
(i) Title VII of the Civil Rights Act of 1964;
(ii) The Americans with Disabilities Act of 1990;
(iii) The Age Discrimination in Employment Act of 1967; and
(iv) Section 6(d) of the Fair Labor Standards Act (Equal Pay Act).
"Forced or indentured child labor" means all work or service-
(6) 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
(7) 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).
"Labor compliance agreement" means an agreement entered into between a contractor or subcontractor and an enforcement agency to address appropriate remedial measures, compliance assistance, steps to resolve issues to increase compliance with the labor laws, or other related matters.
"Labor laws" means the following labor laws and E.O.s:
(1) The Fair Labor Standards Act.
(2) The Occupational Safety and Health Act (OSHA) of 1970.
(3) The Migrant and Seasonal Agricultural Worker Protection Act.
(4) The National Labor Relations Act.
(5) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act.
(6) 41 U.S.C. chapter 67, formerly known as the Service Contract Act.
(7) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity).
(8) Section 503 of the Rehabilitation Act of 1973.
(9) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974.
(10) The Family and Medical Leave Act.
(11) Title VII of the Civil Rights Act of 1964.
(12) The Americans with Disabilities Act of 1990.
(13) The Age Discrimination in Employment Act of 1967.
(14) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors).
(15) Equivalent State laws as defined in the DOL Guidance. (The only equivalent State laws implemented in the FAR are OSHA-approved State Plans, which can be found at www.osha.gov/dcsp/osp/approved_state_plans.html).
"Labor law decision" means an administrative merits determination, arbitral award or decision, or civil judgment, which resulted from a violation of one or more of the laws listed in the definition of "labor laws".
"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.
"Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances.
"Veteran-owned small business concern" means a small business concern-
(1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more veterans.
"Women-owned 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.
Note to paragraph (a): By a court order issued on October 24, 2016, the following definitions in this paragraph (a) are enjoined indefinitely as of the date of the order: "Administrative merits determination", "Arbitral award or decision", paragraph (2) of "Civil judgment", "DOL Guidance", "Enforcement agency", "Labor compliance agreement", "Labor laws", and "Labor law decision". The enjoined definitions will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.
(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 SAMwebsite.
(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 (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 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.
11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.)
[The offeror shall check the category in which its ownership falls]:
____ Black American.
___ Hispanic American.
___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).
___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
___ Individual/concern, other than one of the preceding.


(d) Representations required to implement provisions of Executive 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 End Products:
LINE ITEM NO. COUNTRY OF ORIGIN



[List as necessary]
(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product."
Other Foreign End Products:
LINE ITEM NO. COUNTRY OF ORIGIN



[List as necessary]
(iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(2) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act":
Canadian End Products:
Line Item No.:
_____________________________
[List as necessary]
(3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American--Free Trade Agreements--Israeli Trade Act'':
Canadian or Israeli End Products:
Line Item No.: Country of Origin:



[List as necessary]
(4) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act":
Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:
Line Item No.: Country of Origin:



[List as necessary]
(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product as defined in the clause of this solicitation entitled "Trade Agreements."
(ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products.
Other End Products
Line Item No.: Country of Origin:



[List as necessary]
(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals--
(1) [_] Are, [_] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;
(2) [_] Have, [_] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and
(3) [_] Are, [_] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and
(4) [_] Have, [_] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.
(i) Taxes are considered delinquent if both of the following criteria apply:
(A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.
(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.
(ii) Examples.
(A) The taxpayer has received a statuto

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP