The U.S. Forest Service, Humboldt-Toiyabe National Forest seeks wire fence materials for 17 miles of fence at the Murphy fire rehabilitation site. Materials will be delivered FOB Destination to Wells, NV. Proposals are due to the CO on August 7, 2008, No later than 3:30 PM Local (Las Vegas, NV). Exact quantities of each item are not yet known, but must be adequate for 17 miles of standard 4 wire fencing as described in the specification. All materials proposed must be per the specificaton, (at a minimum), and the Buy American Act is applicable. The technical point of contact for questions regarding the materials is Nancy Prall, who can be reached at: 775-778-6113 (
[email protected]). Questions regarding administrative matters and procedures for submission can be addressed to the Contracting Officer (CO), Steve Roehr at 702-839-5575 (
[email protected]). 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 announcment constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The material presented in this announcment, also appears in an attachment which is formated in a manner which is easier to read and respond to. 100% SMALL BUSINESS SET-ASIDE NAICS 332618 (SIZE STANDARD 500 EMPLOYEES) DELIVERY OF MATERIALS WILL BE FOB DESTINATION TO: Ruby Mountains/Jarbidge Ranger Districts 140 Pacific Avenue Wells, NV 89835 Fence Material Specifications for Murphy Complex Fire Rebuild Mountain City Ranger District - Post pipe: 2Âx84Â, schedule 40 glavanized steel pipe (2.375Â O.D., 3.65 lbs/ft) Brace pipe: 1.25Â, schedule 40 glavaized steel pipe (1.660Â O.D., 2.27 lbs/ft) Wire specifications: Barb wire: 12.5 gauge/class 1 barb wire. 2 barbs (round) with 5Â spacing Smooth wire: 12.5 gauge/class 1 barbless wire Field fence: for rock jacks Clips: an appropriately sized wire fence fastener (clip) will be used to secure each wire to the steel post. The end of each clip will be twisted around wire to prevent clip from coming off wire, but not crimping the wire. Fence stays: metal 48Â Steel posts: certified 6Â (72Â); (133) heavy t-post Mechanical gate latches: gate latches will be attached to the galvanized pipe and be able to close over the metal or wooden gate post. Must be constructed of smooth wire or other smooth metal. Standard wire placement: 16 inches, 24 inches, 33 inches, and 42 inches. Fence/post spacing: 16.5Â (rod) between each steel post with a metal stay placed between each steel post. The following information is included to assist the awardee materials provider in figuring out the quantities of each material item needed. You may also call or E-mail Nancy Prall at 775-778-6113,
[email protected] (cc:
[email protected]) for further information on quantities, or other technical data. If actual quantities are determined prior to award, then an amendment will be published. We need sufficient materials for17 miles of fence with appropriately spaced gates, posts, etc. conforming to terrain. Fence Style: Standard 4-wire fence construction with metal stays. Smooth wire will be the bottom wire. All line wire will be dead ended at gates, corners and line brace posts. All metal posts will be placed so that the spade is completely below the ground. If in hard rock, the hole will be drilled to allow the steel post to be placed into the ground. Braces: Braces will be constructed every ¼ mile at each gate and at each change in the fence alignment (corner) according to Forest Service standards. Rock cribs or rock jacks may be substituted for steel braces if appropriate and agreed upon in advance. Three-five post brace corners and/or diagonal end braces will be installed in all locations where a corner is formed. Post pipe shall be buried 39 in the ground (except 24 in rock). Line braces shall be constructed at a minimum distance of ¼ mile, as well as at the crest of hills and the base of all drainages. In draws where the fence wire has a tendency to pull the steel posts out of the ground, a rock or steel post anchor shall be placed at these points. Creek crossings: at any major creek crossings, a separate fence will be built across each creek crossing to prevent the main fence from being destroyed in the event of high water or flooding. Gates: all gates encountered along the fence are to be considered part of the fence. All gates will be 16.5 (rod) wide. Gates are to be built at a ll previous locations and will be built with 4 strands of barbed wire, two wooden posts and 48 metal stays. Smooth wire will be used on the gate post except for the mechanical latch. Terrain: the elevation runs from approximately 4000 to 7500Â. The terrain rolls with draws, steep hillsides, some rock outcrops, talus slopes, as well as sagebrush, aspen, mahogany and grassland along the unburned portions. Clearing will be done by the contractor or permittee with hand tools or a chainsaw. Clearing is only necessary to ensure the fence is straight between braces. SCHEDULE OF ITEMS - OFFER: ITEM 001 Post pipe: 2Âx84Â, schedule 40 glavanized steel pipe (2.375 O.D., 3.65 lbs/ft) QTY - Enough for 17 Miles UNIT OF ISSUE/MEASURE - EACH UNIT PRICE OFFER PER EACH - Price evaluation factor: $_____________________ ******************************************************************* ITEM 002 Brace pipe: 1.25Â, schedule 40 glavaized steel pipe (1.660 O.D., 2.27 lbs/ft) QTY - Enough for 17 Miles UNIT OF ISSUE/MEASURE - EACH UNIT PRICE OFFER PER EACH - Price evaluation factor: $_____________________ ******************************************************************** ITEM 003 Smooth wire: 12.5 gauge/class 1 barbless wire (linear feet) QTY - Enough for 17 Miles UNIT OF ISSUE/MEASURE - LINEAR FEET UNIT PRICE OFFER PER LINEAR FOOT - Price evaluation factor: $________________ ********************************************************************** ITEM 004 Barb wire: 12.5 gauge/class 1 barb wire. 2 barbs (round) with 5 spacing (linear feet) QTY - Enough for 17 Miles UNIT OF ISSUE/MEASURE - LINEAR FEET UNIT PRICE OFFER PER LINEAR FOOT - Price evaluation factor: $________________ ********************************************************************** ITEM 005 Fence stays: metal 48 QTY - Enough for 17 Miles UNIT OF ISSUE/MEASURE - EACH UNIT PRICE OFFER PER EACH - Price evaluation factor: $________________________ *********************************************************************** ITEM 006 Steel posts: certified 6 (72Â); (133) heavy t-post QTY - Enough for 17 Miles UNIT OF ISSUE/MEASURE - EACH UNIT PRICE OFFER PER EACH - Price evaluation factor: $________________________ ************************************************************************ ITEM 007 Mechanical gate latches (describe your intended latches in technical proposal) QTY - Enough for 17 Miles UNIT OF ISSUE/MEASURE - EACH UNIT PRICE OFFER PER EACH - Price evaluation factor: $________________________ **************************************************************************** 52.212-1 INSTRUCTIONS TO OFFERORSÂCOMMERCIAL ITEMS (JUNE 2008) - IS INCORPORATED AND CURRENT WITH FAC 05-26 ADDENDA TO 52.212-1 INSTRUCTION TO OFFERORS: 452.215-71 INSTRUCTIONS FOR THE PREPARATION OF TECHNICAL AND BUSINESS PROPOSALS (SEP 1999) (a) General Instructions. Proposals submitted in response to this solicitation shall be furnished in the following format with the numbers of copies as specified below. (1) The proposal must include a technical proposal and business proposal. Each of the parts shall be separate and complete so that evaluation of one may be accomplished independently from evaluation of the other. The technical proposal must not contain reference to cost. ALL PROPOSALS SHALL BE SENT TO: Contracting Officer, USDA, USFS SW Idaho/Nevada Acquisition Center c/o Spring Mountains National Recreation Center 4701 North Torrey Pines Drive Las Vegas, NV 89130 (2) The Government will evaluate proposals in accordance with the evaluation criteria set forth in Section M of this RFP. (3) Offerors shall submit their proposal(s) in the following format and the quantities specified: (a) 1 copies of the completed, signed offer (Full Package) (b) 2 copies of the technical proposal (c) 1 copies of the cost proposal (d) Technical Proposal Instructions. The technical proposal will be used to make an evaluation and arrive at a determination as to whether the proposal will meet the requirements of the Government. Therefore, the technical proposal must present sufficient information to reflect a thorough understanding of the requirements and a detailed, description of the materials proposed, and delivery plan to meet the objectives of the specifications/statement of work. Proposals which merely paraphrase the requirements of the Government's specifications/statement of work, or use such phrases as "will comply" or "standard techniques will be employed" will be considered unacceptable and will not be considered further. As a minimum, the proposal must clearly provide the following: (1) Names, phone numbers, E-mail address etc. of at least 3 recent customer points of contact who can attest to the the quality of your materials, and their shipment preparation, the timeliness of your deliveries, and the quality of your sales, shipping and dispatch staff. (2) Detailed info on the materials you are proposing to provide if awarded the contract. (e) Cost Proposal Instructions. (1) Cost Proposal. In addition to any other requirements for cost/pricing information required in clause FAR 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost of Pricing Data (OCT 1997), the following is required: ÂUnit prices provided on bid sheet should be all inclusive of Shipping/Handling. A fully delivered price. (FOB Destination). ÂOn a separate document or table, please show the breakdown by line item of actual material price, Overhead, Shipping/Handling, and profit. (End of Provision) 452.215-72 AMENDMENTS TO PROPOSALS (FEB 1988) Any changes to a proposal made by the offeror after its initial submittal shall be accomplished by replacement pages. Changes from the original page shall be indicated on the outside margin by vertical lines adjacent to the change. The offeror shall include the date of the amendment on the lower right corner of the changed pages. (End of Provision) 52.212-2 EvaluationÂCommercial Items (Jan 1999) (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: 1. Conformity to the salient specifications of the Materials 2. Past performance in prompt and full delivery, and customer satisfaction with quality of materials 3. Price (Since ACTUAL quantities may not be known until after bids are due .the prices will be awarded based on UNIT price. Not extended. We will order our materials at $__(your bid price)__ per unit, regardless of the actual quantity needed. If there are quantity discounts, express them to us on a separate bid sheet. Technical and past performance, when combined, are approximately equal to price. (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 offerÂs 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 OFFEROR REPRESENTATIONS AND CERTIFICATIONSÂCOMMERCIAL ITEMS (JUNE 2008) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (a) Definitions. As used in this provision ÂEmerging small business means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. ÂForced or indentured child labor means all work or service (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. ÂManufactured 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. ÂPlace 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. ÂRestricted 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 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. ÂService-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). ÂSmall 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. ÂVeteran-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. ÂWomen-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 its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. ÂWomen-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 (1) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and CertificationsÂCommercial 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 (m) 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 on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ? is, ? is not a small business concern. (2) 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, for general statistical purposes, 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)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) 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. (7) 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:____________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. [Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.] (i) [Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).] The offeror represents as part of its offer that it ? is, ? is not an emerging small business. (ii) [Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).] Offeror represents as follows: (A) OfferorÂs number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) OfferorÂs average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Number of Employees Average Annual Gross Revenues __ 50 or fewer __ $1 million or less __ 51Â100 __ $1,000,001Â$2 million __ 101Â250 __ $2,000,001Â$3.5 million __ 251Â500 __ $3,500,001Â$5 million __ 501Â750 __ $5,000,001Â$10 million __ 751Â1,000 __ $10,000,001Â$17 million __ Over 1,000 __ Over $17 million (9) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation ProgramÂDisadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either (A) It ? is, ? is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It ? has, ? has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) ? Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (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 change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It ? is, ? is not a 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 the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture: __________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246 (1) Previous contracts and compliance. The offeror represents that (i) It ? has, ? has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It ? has, ? has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that (i) It ? has developed and has on file, ? has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It ? has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) 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 Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American ActÂSupplies, 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 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. The terms Âcomponent, Âdomestic end product, Âend product, Âforeign end product, and ÂUnited States are defined in the clause of this solicitation entitled ÂBuy American ActÂSupplies. (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 ActÂFree Trade AgreementsÂIsraeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American ActÂFree Trade AgreementsÂIsraeli 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 the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms ÂBahrainian or Moroccan end product, Âcomponent, Âdomestic end product, Âend product, Âforeign end product, ÂFree Trade Agreement country, ÂFree Trade Agreement country end product, ÂIsraeli end product, and ÂUnited States are defined in the clause of this solicitation entitled ÂBuy American Act-Free Trade Agreements-Israeli Trade Act. (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian or Moroccan end products) or Israeli end products as defined in the clause of this solicitation entitled ÂBuy American ActÂFree Trade AgreementsÂIsraeli Trade ActÂ: Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan 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) of this provision) as defined in the clause of this solicitation entitled ÂBuy American ActÂFree Trade AgreementsÂIsraeli 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. 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 ActÂFree Trade AgreementsÂIsraeli 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 ÂBuy American ActÂFree Trade AgreementsÂIsraeli Trade ActÂ: Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American ActÂFree Trade AgreementsÂIsraeli 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 ÂBuy American ActÂFree Trade AgreementsÂIsraeli Trade ActÂ: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (A...
Bid Protests Not Available