Ana səhifə

Solicitation, offer


Yüklə 268 Kb.
səhifə3/3
tarix26.06.2016
ölçüsü268 Kb.
1   2   3

L.2 52.204-8 Annual Representations and Certifications (DEc 2014)
(a)(1) The North American Industry Classification System (NAICS) code(s) for this acquisition is/are:

236118 - Construction Management, residential remodeling

236220 - Construction Management, commercial and institutional building or Warehouse construction

237110 - Construction Management, water and sewage line and related structures

237310 - Construction Management, highway road, street or bridge

237990 - Construction Management, outdoor recreation facility
(2) The small business size standard is $36.5 Million USD .

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.

(2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:

[  ] (i) Paragraph (d) applies.

[  ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

(iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.

(v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation.

(vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

(vii) 52.214-14, Place of Performance—Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(viii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(ix) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(x) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xiii) 52.222-38, Compliance with Veterans’ Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xiv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA–designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA–designated items.

(xvi) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xvii) 52.225-4, Buy American—Free Trade Agreements—Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3.

(A) If the acquisition value is less than $25,000, the basic provision applies.

(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $79,507, the provision with its Alternate II applies.

(D) If the acquisition value is $79,507 or more but is less than $100,000, the provision with its Alternate III applies.

(xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan—Certification. This provision applies to all solicitations.

(xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. This provision applies to all solicitations.

(xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

__ (i) 52.204-17, Ownership or Control of Offeror.

__ (ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

__ (iii) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Certification.

__ (iv) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification.

__ (v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA–Designated Products (Alternate I only).

__ (vi) 52.227-6, Royalty Information.

__ (A) Basic.

__(B) Alternate I.

__ (vii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

(d) 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 the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within 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 the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. 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.



FAR Clause #            Title            Date      Change

      ____________        _________       _____      _______

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 on SAM.

(End of provision)


L.3. 52.225-18  Place of Manufacture (SEPT 2006)
(a) Definitions. As used in this clause—

“ Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except—

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 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.
(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly—
(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or

(2) [ ] Outside the United States.

(End of provision)

L.4 Authorized Contractor Administrator


If the offeror does not fill in the blanks below, the official who signed the offer will be deemed to be the offeror's representative for Contract Administration, which includes all matters pertaining to payments.


Name:

Telephone Number:

Address:








[Proposal Note: If the bidder/offeror has indicated “yes” in blocks (a)(1), (2), or (3) of the following provision, the bidder/offeror shall include Defense Base Act insurance costs covering those employees in their proposed prices.  The bidder/offeror may obtain DBA insurance directly from any Department of Labor approved providers at the DOL website at http://www.dol.gov/owcp/dlhwc/lscarrier.htm.]
L.5 652.228-70 Defense Base Act – Covered Contractor Employees (JUN 2006)
(a) Bidders/offerors shall indicate below whether or not any of the following categories of employees will be employed on the resultant contract, and, if so, the number of such employees:


Category

Yes/No

Number

(1) United States citizens or residents







(2) Individuals hired in the United States, regardless of citizenship







(3) Local nationals or third country nationals where contract performance takes place in a country where there are no local workers’ compensation laws



local nationals:





third-country nationals:






(4) Local nationals or third country nationals where contract performance takes place in a country where there are local workers’ compensation laws



local nationals:





third-country nationals:





(b) The Contracting Officer has determined that for performance in the country of Bahrain



  • Workers’ compensation laws exist that will cover local nationals and third country nationals.




  • Workers’ compensation laws do not exist that will cover local nationals and third country nationals.

(c) If the bidder/offeror has indicated “yes” in block (a)(4) of this provision, the bidder/offeror shall not purchase Defense Base Act insurance for those employees. However, the bidder/offeror shall assume liability toward the employees and their beneficiaries for war-hazard injury, death, capture, or detention, in accordance with the clause at FAR 52.228-4.




  1. RESERVED

(End of provision)

ATTACHMENT #3 - SAMPLE LETTER OF BANK GUARANTY


Place [ ]

Date [ ]


Contracting Officer

U.S. Embassy, [Note to CO: insert Post name]



[Note to CO: insert mailing address]
Letter of Guaranty No. _______

SUBJECT: Performance and Guaranty


The Undersigned, acting as the duly authorized representative of the bank, declares that the bank hereby guarantees to make payment to the Contracting Officer by check made payable to the Treasurer of the United States, immediately upon notice, after receipt of a simple written request from the Contracting Officer, immediately and entirely without any need for the Contracting Officer to protest or take any legal action or obtain the prior consent of the Contractor to show any other proof, action, or decision by an other authority, up to the sum of [amount equal to 20% of the contract price in U.S. dollars during the period ending with the date of final acceptance and 10% of the contract price during contract guaranty period], which represents the deposit required of the Contractor to guarantee fulfillment of his obligations for the satisfactory, complete, and timely performance of the said contract [contract number] for [description of work] at [location of work] in strict compliance with the terms, conditions and specifications of said contract, entered into between the Government and [name of contractor] of [address of contractor] on [contract date], plus legal charges of 10% per annum on the amount called due, calculated on the sixth day following receipt of the Contracting Officer’s written request until the date of payment.
The undersigned agrees and consents that said contract may be modified by Change Order or Supplemental Agreement affecting the validity of the guaranty provided, however, that the amount of this guaranty shall remain unchanged.
The undersigned agrees and consents that the Contracting Officer may make repeated partial demands on the guaranty up to the total amount of this guaranty, and the bank will promptly honor each individual demand.
This letter of guaranty shall remain in effect until 3 months after completion of the guaranty period of Contract requirement.

Depository Institution:

[name]

Address:




Representatives:







Location:










State of Inc.:










Corporate Seal:













Certificate of Authority is attached evidencing authority of the signer to bind the bank to this document.

ATTACHMENT #4 - UNITED STATES DEPARTMENT OF STATE

BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS







(1) Division/Description

(2) LABOR

(3) MATERIALS

(4) OVERHEAD




(5) PROFIT

(6) total







1. General Requirements

2. Site Work









3. Concrete

4. Masonry










5. Metals

6. Wood and Plastic










7. Thermal and Moisture

8. Doors and Windows










9. Finishes

10. Specialties










11. Equipment

12. Furnishings










13. Special Construction

14. Conveying Systems










15. Mechanical

16. Electrical













TOTAL:













Allowance Items:







PROPOSAL PRICE:







TOTAL:













Alternates (list separately; do not total):






Offeror:







Date






PRICE BREAKDOWN BY DIVISION OF SPECIFICATION ITEMS

ATTACHMENT #5 – DRAWINGS

[
ATTACHMENT #6 - SPECIFICATIONS
Statement of Work (SOW)

US Embassy Bahrain

RTU PROJECT



  1. Scope of work

The contractor shall submit detailed estimate required to construct steel structure tower matching existing tower. Then move existing roof top package A/C units to the new tower. The project includes, but is not limited to;



  1. Excavation, backfilling & compaction for floor preparation.

  2. Construction of raft foundation sized for load.

  3. Construct steel structured tower matching existing tower. Proposed tower should be to accommodate 2 existing air conditioning package units that weights ≈ 1,500kg. Load calculation to be submitted by the contractor.

  4. Apply heavy duty epoxy primer, then 2 coat of gray enamel paint to the steel structure.

  5. Moving existing 2# package units to the new structured tower.

  6. Fabricate new duct work to be connected to the shifted package unite to the existing duct work. Apply 50mm of thermal insulation followed-by canvas layer. Final layer to be aluminum cladding for duct works.

  7. New wiring to be installed from DB to the machines.

  8. Demolishing/cleaning of previous foundations.

  9. Testing & commissioning of the shifted package units.



  1. Personnel


The Contractor shall provide construction services through providing certified skilled personnel with requisite facilities technical knowledge and experience to support the U.S. Embassy Bahrain. Contractor shall provide construction materials, tools and personal protective equipment according to facilities maintenance requirements. Also cleaning removal of debris is the contractor responsibility. Working days are Sunday to Thursday and working hours are 08:00 to 17:00. 12:00 till 13:00 will be a lunch break. The needed tasks within this (SOW) shall be accomplished under the Contracting officer’s Representative (COR) management and as per his/her daily work load requirements.


  1. Supervision & Escort


The U.S Government (USG) shall provide supervision/Escort and direct oversight tasks requirements to accomplish prescribed tasks at our Government-Owned properties.


  1. Contractor-Access

The contractor required to submit an access request list of personals & vehicles to the Embassy for clearance. The clearance takes 1 to 2 weeks & once approved only approved personals will be authorized to access our property during construction project.


  1. Period of Performance


This contract period of performance is 8 months starting from the date specified in the Notice to proceed letter.


  1. Administration



  1. POINT OF CONTACT (POC): The Contractor shall appoint a project manager to act on behalf of the Contractor as the (POC) for all communications between the Contractor and (COR). The contractor shall provide this (POC) contact number/s and email.




  1. The US Embassy will hold no liability for third party caused by contractor’s personnel actions. US Embassy shall hold no responsibility or liability for medical requirements or accidents caused by Contractor’s personnel. Contractor shall cover completely financial and other any requirements to correct situations caused by his personnel actions.




  1. CONTRACTING OFFICER’S REPRESENTATIVE (COR): The designated COR for this Task Order is the Facilities Manager (FM) Dennis Tabligan and can be reached at telephone 1724-2844.All administrative matters, and request for technical clarifications and assistance regarding this Task Order shall be directed to the (COR).




  1. PAYMENTS: Invoice shall be submitted to the (COR) upon completion of each project, which mean that the contractor should submit individual quote for each project. Any missing services should be deducted and explained at invoice. Invoice shall include the contract number.




  1. TERMINATION: If, for convenience to the Embassy, any phase or task of the delivery order is deemed unfeasible by Embassy, the United States Government may at this point pay the Contractor of this project for the work done to date and terminate the remaining portion of the delivery order.




  1. The Contractor shall NOT conduct any work that is beyond this Statement of Work (SOW) unless directed in writing by the Contracting Officer (COR). Any work done by the Contractor beyond this (SOW) without direction from the (COR) will be at the Contractor’s own risk and at no cost to the Government.



Your proposal response to this to this request is due no later than July 30th, 2015 and should be addressed to:
Facilities Management office

US Embassy

Building No. 979,

Road 3119, Block 331,

Zinj District

Manama - Kingdom of Bahrain
Email address: ManamaFacilities@state.gov
1   2   3


Verilənlər bazası müəlliflik hüququ ilə müdafiə olunur ©atelim.com 2016
rəhbərliyinə müraciət