The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil.
The following provisions are included for the purposes of this combined synopsis/solicitation:
52.204‐16 Commercial and Government Entity Code Reporting;
52.204-22 Alternative Line Item Proposal;
52.211‐6 ‐‐ Brand Name or Equal;
52.212‐1 Instructions to Offerors ‐Commercial Items;
52.232‐18 ‐‐ Availability of Funds;
252.203‐7005 Representation Relating to Compensation of Former DoD Officials; 252.204‐7008 Compliance with Safeguarding Covered Defense Information Controls 252.204‐7011 Alternative Line Item Structure;
252.213‐7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System‐ Statistical Reporting in Past Performance Evaluations;
252.225‐7031 Secondary Arab Boycott of Israel; PROVISIONS INCORPORATED BY FULL TEXT
52.212‐2 Evaluation‐ Commercial Items;
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation ‐‐ Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Technical Capabilities to Perform Services Past Performance
Price
Technical and past performance, when combined, are IMPORTANT
(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)
52.212‐3 Alt 1 Offerors Representations and Certifications‐ Commercial Items;
Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision:
(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. (End Provision)
252.225‐7000 Buy American‐‐Balance of Payments Program Certificate; Basic. As prescribed in 225.1101(1) and (1)(i), use the following provision:
BUY AMERICAN‐BALANCE OF PAYMENTS PROGRAM CERTIFICATE‐BASIC (NOV 2014)
(a) Definitions. "Commercially available off‐the‐shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program‐Basic clause of this solicitation.
(b) Evaluation. The Government‐
(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and
(2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program.
(c) Certifications and identification of country of origin.
(1) For all line items subject to the Buy American and Balance of Payments Program‐Basic clause of this solicitation, the offeror certifies that‐
(i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and
(ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country.
(2) The offeror certifies that the following end products are qualifying country end products: Line Item Number
Country of Origin
(3) The following end products are other foreign end products, including 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 (ii) of the definition of "domestic end product":
Line Item Number
Country of Origin (If known)
(End of provision)
The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order:
52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving
52.204‐18 Commercial and Government Entity Code Maintenance; 52.204‐21 ‐ Basic Safeguarding of Covered Contractor Information Systems; 52.209‐10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212‐4 Contract Terms and Conditions Commercial Items;
52.212‐5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev);
52.219‐4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219‐28 Post‐Award Small Business Program Representation;
52.222‐3 Convict Labor;
52.222‐19 Child Labor‐Cooperation with Authorities and Remedies; 52.222‐21 Prohibition of Segregated Facilities;
52.222‐26 Equal Opportunity;
52.222‐50 Combating Trafficking in Persons;
52.225‐13 Restrictions on Certain Foreign Purchases; 52.232‐18 Continuing Resolution Act;
52.232 ‐33 Payment by Electronic Funds Transfer‐Central Contractor Registration; 52.232‐40 Providing Accelerated Payments to Small Business Subcontractors; 52.233‐3 Protest after Award;
52.233 ‐4 Applicable Law for Breach of Contract Claim; 52.252‐2 Clauses Incorporated by Reference; 52.252‐6 Authorized Deviations in Clauses;
252.203‐7000 Requirements relating to Compensation of Former DoD Officials; 252.203‐7002 Requirement to Inform Employees of Whistleblower Rights; 252.204‐7012 Safeguarding of Unclassified Controlled Technical Information; 252.204‐7015 Disclosure of Information to Litigation Support Contractors; 252.211‐7003 Item Unique Identification and Valuation;
252.223‐7008 Prohibition of Hexavalent Chromium; 252.225‐7001 Buy American and Balance of Payments Program; 252.225‐7048 Export‐Controlled Items;
252.232‐7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232‐7006 Wide Area Workflow Payment Instructions;
252.232‐7010 Levies on Contract Payments;
252.244‐7000 Subcontracts for Commercial Items;
252.247‐7023 Transportation of Supplies by Sea;
Questions or inquires received by telephone will not be addressed. Please submit all questions in writing by email and answers will be provided via a formal amendment to the solicitation. Quotes are to be submitted NLT 20 May 2017 11:00 am eastern time. POC for the combined synopsis solicitation is Supervisory Contracting Specialist, 1LT Matthew Crouch. All request for quotes are to be posted to FedBizOpps and/or emailed to [email protected] and [email protected]