CLIN 0010: Hydraulic Mitering, Vertical, Tilt Frame Band Saw, 1 each at $_______ for a total of $_____. (See below for Specifications)
CLIN 0020: Electric Mitering, Vertical, Tilt Frame Band Saw, 1 each at $_______ for a total of $_____. (See below for Specifications)
CLIN 0030: Manufacturer assisted installation, commissioning, and on-site training, 2 each at $_______ for a total of $_______.
Total Price: $_________
The quote must show how the Hydraulic Mitering, Vertical, Tilt Frame Bandsaws Meets or Exceeds each of the salient characteristics shown below.
CLIN 0010: Automatic Indexing, Heavy Duty, Programmable, Hydraulic, Mitering, Vertical, Tilt Frame Bandsaw for the (Saw Room)
Specification:
Bandsaw Shall:
1. Be new (used, rebuilt or remanufactured not acceptable)
2. Operate entirely on 460VAC/3ph/60hz power
3. Be a complete machine ready to operate and include all components required and considered standard to make a complete functional unit to include frame, motors, controller, blade, coolant pump, reservoir, hoses, gauges, tables, etc.
4. Conform to all applicable ANSI, ASME, NEC, NFPA, UL codes
5. Be delivered:
a. Factory-filled with all fluids
b. Covered and with all interior and exterior surfaces clean and damage-free
6. Be capable of operating in either manual or automatic mode
7. Be set up for left-to-right work entry (work flow)
8. Be able to pass through a doorway measuring 8'(feet)-0"(inches) wide x 11'-6" high
9. Be capable of:
a. Accurately cutting the following rectangular material sizes in the corresponding blade orientation (all linear dimensions are minimum):
i. 20" horizontal & 25" vertical with 90° (vertical) blade
ii. 20" horizontal & 17" vertical with 45° blade tilt
iii. 20" horizontal & 11.25" vertical with 60° blade tilt
b. Accurately cutting the following material diameters in the corresponding blade orientation (all linear dimensions are minimum):
i. 20" with 90° (vertical) blade
ii. 17" vertical with 45° blade tilt
iii. 11.25" vertical with 60° blade tilt
c. A low-end blade speed rating of no more than 30 feet per minute
d. A high-end blade speed rating of no less than 500 feet per minute
e. A low-end blade feed pressure rating of zero (0) pounds
f. A high-end blade feed pressure rating of not less than 350 pounds
10. Include:
a. A programmable controller with:
i. A touch-screen display
ii. Graphical programming
iii. Automatic out of stock shut down
iv. Both automatic and manual operator control
v. High and low voltage protection
vi. Capability of storing programmed jobs including:
1. Quantity of parts to be cut
2. Individual part length
3. Miter tilt angle
4. Stock material type
5. Column tilt
6. Blade speed
7. Blade feed force (pressure)
b. A main drive motor which shall:
i. Include a fused disconnect
ii. Include a motor starter
iii. Be permanently lubricated
iv. Be totally enclosed
v. Be rated at no less than 7.5 hp (horsepower)
vi. Include overload and low-voltage protection
vii. Automatically stop in the event of a broken, jammed or stalled saw blade
c. A hydraulic system with a:
i. TEFC drive motor
ii. Pump rated at 5 hp min.
iii. Pressure rating of at least 1000 psi (pounds per square inch)
iv. 10-gallon min. reservoir capacity
d. An automatic indexing, servo-driven bar feed with:
i. A 48" min. stroke length
ii. Variable indexing speeds between 2.75 & 60 ft/min (feet per minute)
iii. Repeatable positioning accuracy of ±.005"
iv. One automatically clamping primary indexing/shuttle vice with front and rear jaws, a pressure gauge and controls to vary clamping pressure. Vice shall be designed to allow up to 60° miter cutting.
v. One automatically clamping outboard fixed bar feed vice with front and rear jaws, a pressure gauge and controls to vary clamping pressure (shall operate in conjunction with primary indexing vice)
vi. A shuttle table measuring at least 6'-0" long
e. A laser alignment blade cut projector
f. Hydraulic & electrical wiring diagrams, installation, operation, maintenance and parts manuals
g. Factory representative initial startup
h. A 1-year min. standard manufacturer's warranty
i. A flood coolant system with:
i. 60 gallon min. capacity
ii. Circulating pump
iii. Electric drive motor (totally enclosed)
iv. Flushing hose
v. Manual on/off at operator's console
vi. Automatic misting
vii. Chip pan
viii. Chip removal ramp
j. One discharge-side clamping vise with front and rear jaws, a pressure gauge and controls to vary clamping pressure. Vice shall be designed to allow up to 60° miter cutting.
k. One cutting blade with:
i. A width of 1.25"
ii. A thickness of .042"
iii. Wipers
iv. Chip brush
v. An automatic tensioner capable of applying up to 45,000 psi
vi. Both upper and lower alignment guides (roller bearing and/or carbide)
vii. Infinitely variable blade speed
l. A blade column with:
i. A forward blade cant of not less than 3° (for reduced cutting time and less egress burr)
ii. Programmable, powered tilting of up to 60° right and 60° left of vertical in 0.5° increments (for miter cutting)
iii. Integrated tilt angle protractor
iv. Programmable, locking upper blade guide arm
v. Automatic guide arm vertical positioning relative to the work stock (to prevent guide arm from coming into contact with either vise)
vi. Automatic blade and column travel stop in the event of a broken, jammed or stalled blade
vii. Automatic post-cut automatic column return functionality
m. Work table height shall be no less than 36" and no more than 40" above floor elevation
n. One (1) powered work lift roller to be:
i. Mounted on feed side of table
ii. Capable of being operated in either manual or automatic mode
iii. Capable of raising material weighing up to 1000 lb
iv. Capable of raising material high enough to clear machine table
o. One (1) attached, non-powered (dead), discharge-side material conveyor assembly with:
i. An overall length of not less than 8'-0" and not more than 10'-6"
ii. A minimum of six (6) ball-bearing rollers total
iii. A maximum center-to-center roller spacing of 20"
iv. A minimum effective roller width of 12"
v. An end stop
11. Include a minimum 1-year manufacturer's warranty to begin at final system acceptance
12. Measure no more than 8'-6" tall fully assembled including base machine, shuttle table, controller and all conveyor assemblies
13. Fit entirely (including all required 36" min. panel clearances) within the following crosshatched area:
CLIN 0020: Vertical Mitering Bandsaw for the (Weld Shop)
Specification:
Bandsaw Shall:
1. Be new (used, rebuilt or remanufactured not acceptable)
2. Operate entirely on 460VAC/3ph/60hz power
3. Be a complete machine ready to operate and include all components required and considered standard to make a complete functional unit to include frame, motors, controller, blade, coolant pump, reservoir, hoses, gauges, etc.
4. Be delivered:
a. Factory-filled with all fluids
b. Covered and with all interior and exterior surfaces clean and damage-free
5. Include all of the following:
a. A main drive motor (with controller) which shall be:
i. Permanently lubricated
ii. Totally enclosed and fan cooled (TEFC)
iii. Rated at no less than 5 H.P.
b. A laser alignment blade cut projector
c. A column tilt display which shall:
i. Be visible from the operator's control station
ii. Display column tilt angle from 0° to 60° to the left and right in 0.5° increments
d. Operator controls which shall:
i. Be located in one panel
ii. Include both high and low voltage protection
iii. Be housed in a NEMA 12 enclosure
e. Operators, maintenance and parts manuals
f. Factory representative initial startup
g. 1-year standard manufacturer's warranty
h. A flood coolant system with:
i. Circulating pump
ii. Flushing hose
iii. Manual on/off at operator's console
iv. Automatic misting
v. 20 gallon (minimum) coolant reservoir
i. Two (2) T-slot mechanical vises including all necessary clamping hardware. Vices shall be designed to allow miter cutting.
j. A cutting blade measuring at least 1.25" wide x .042" thick with
i. Wipers
ii. Chip brush
iii. Automatic tensioner
iv. Adjustable automatic blade travel stops
v. Both upper and lower carbide side/back blade alignment guides
k. A Work table measuring at least 24" deep x 33" wide
l. Work table height shall be no less than 36" and no more than 40" above floor elevation
m. Two (2) machined T-slots in work table
n. Two (2) lift rollers to be:
i. Mounted one each on load and discharge conveyors
ii. Capable of raising material weighing up to 1000lb
iii. Capable of raising material high enough to clear machine table
o. Two (2) attached, non-powered first section dead roller material conveyor assemblies with:
i. One for left-hand feed
ii. One for right-hand feed
iii. 60" minimum overall length
iv. No less than five (5) 12" long ball-bearing rollers total
v. One end stop each
p. One (1) non-powered free-standing first section dead roller material conveyor assemblies with:
i. 60" minimum overall length
ii. No less than five (5) 12" long ball-bearing rollers total
iii. End stop
q. Infinitely variable blade speed and feed range adjustment
r. Post-cut automatic column return functionality
s. Broken blade detection with automatic stop
t. Stalled blade detection with automatic stop
6. Be capable of:
a. Column/blade supplemental powered tilting of up to 60° right and 60° left of vertical (for miter cutting)
b. Easily transitioning blade from non-canted (vertical) to a forward cant of 3° (or more)
c. Controlling tilt from operator's console
d. Successfully cutting the following material sizes in the corresponding blade orientation (all dimensions are minimum):
i. 18" horizontal & 22" vertical with 90°(vertical) blade position
ii. 17" horizontal & 22" vertical with Column in 3° forward cant position
iii. 18" horizontal & 14" vertical with 45° right blade position
iv. 18" horizontal & 13" vertical with 45° left blade position
v. 18" horizontal & 9" vertical with 60° right blade position
vi. 18" horizontal & 7" vertical with 60° left blade position
e. A low-end blade speed rating of no more than 50 feet per minute
f. A high-end blade speed rating of no less than 450 feet per minute
g. A low-end blade feed rating of zero (0) pounds
h. A high-end blade feed rating of no less than 250 pounds
7. Include a minimum 1-year manufacturer's warranty to begin at final system acceptance.
CLIN 0030: Vertical Mitering Bandsaw On-Site Assisted Installation, Commissioning and Training.
Specifications:
1. Include the following manufacturer-assisted installation and commissioning services within 30 days of delivery:
a. Connect electrical power by manufacturer or manufacturer's representative.
Note: Government will supply power to the unit.
b. Connect compressed air by manufacturer or manufacturer's representative.
Note: Government will supply compressed air to the unit.
c. Leveling and alignment (if required) will be conducted by manufacture or manufacturer's representative.
d. Manufacturer or manufacturer's representative will conduct initial startup, testing and system troubleshooting as required to demonstrate correct system functionality prior to final acceptance.
2. On-site Training for up to six employees including hardware and software training in machine operations. Travel and per diem shall be included in the total line item cost in accordance with federal travel regulations.
CLAUSES
52.252-2 CLAUSES INCORPORATED BY REFERENCE - (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses - https://www.acquisition.gov/far/
(End of clause)
52.212-4 CONTRACT TERMS AND CONDITIONS -COMMERCIAL ITEMS - (JAN 2017), applies. Sub-clause (o), Warranty, is tailored to read as follows: (o) Warranty: Manufacturer's Standard Warranty, or better, is required.
The following addenda to 52.212-4 apply:
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011);
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.232-40, Providing Accelerated payments to Small Business Subcontractors (Dec 2013);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
52.247-34, F.O.B. Destination (Nov 1991);
52.242-15, Stop-Work Order (Aug 1989)
ADDENDUM TO 52.212-4
DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) - (APR 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).
'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.
The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at tm[email protected]/[email protected] once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request.
The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email [email protected] or phone (866) 973-3131.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
(End of Local Clause)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS - (JAN 2018)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017), 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015), 52.233-3, Protest After Award (AUG 1996), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004),
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006);
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015);
52.219-6, Notice of Total Small Business Set-Aside (Nov 2011);
52.219-13, Notice of Set-Aside of Orders (Nov 2011);
52.219-28, Post Award Small Business Program Representation (Jul 2013);
52.222-3, Convict Labor (June 2003);
52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018);
52.222-21, Prohibition of Segregated Facilities (Apr 2015);
52.222-26, Equal Opportunity (Sept 2016);
52.222-35, Equal Opportunity for Veterans (Oct 2015);
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014);
52.222-37, Employment Reports on Veterans (FEB 2016);
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222-50, Combating Trafficking in Persons (Mar 2015);
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-1, Buy American-Supplies (May 2014);
52.225-13, Restrictions on Certain Foreign Purchases (June 2008);
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013);
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: NONE
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause; 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015); 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017); 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities; 52.222-17, Non-displacement of Qualified Workers (MAY 2014), Flow down required in accordance with paragraph (l) of FAR clause 52.222-17; 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010), Flow down required in accordance with paragraph (f) of FAR clause 52.222-40; 52.222-41, Service Contract Labor Standards (MAY 2014);
52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014); 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014); 52.222-54, Employment Eligibility Verification (OCT 2015); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a), and Alternate I (JAN 2017); 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016); 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014), Flow down required in accordance with paragraph (e) of FAR clause 52.226-6; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006);
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
**END OF CLAUSES**
PROVISIONS
52.252-1 Solicitation Provisions Incorporated by Reference - (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Provisions - https://www.acquisition.gov/far/
(End of Provision)
The provision at 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS - (JAN 2017), applies to this acquisition.
Addendum replaces the term "offer" with "quote" within the provision at 52.212-1.
Addendum to 52.212-1 requiers the vendor to submit full warranty documentation on the item(s) being quoted.
The following addendum to 52.212-1 applies:
52.204-22 Alternate Line Item Proposal (Jan 217);
52.204-16 Commercial and Government Entity Code reporting (JUL 2016);
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015);
1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior - (Apr 1984); (a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below:
(1) 'Trade Secret' means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities.
(2) 'Confidential commercial or financial information' means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to business information contained in proposals include exemption (4), which covers 'commercial and financial information obtained from a person and privileged or confidential,' and exemption (9), which covers 'geological and geophysical information, including maps, concerning wells.'
(b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend:
'The information specifically identified on pages _______ of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the Government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract.
c The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend:
'This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal.'
(d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction.
(e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information.
(f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or financial information will be treated by the Government as evidence that the information is not exempt from disclosure under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's proposal due to clerical error.
WBR 1452.222-80 - Notice of Applicability - Cooperation with Authorities and Remedies - Child Labor - Bureau of Reclamation (JAN 2004); (a) The clause at FAR 52.222-19, Child Labor, Cooperation with Authorities and Remedies, does not apply to Bureau of Reclamation acquisitions to the extent that the contractor is supplying end products mined, produced, or manufactured in -
(1) Canada, and the anticipated value of the acquisition is $175,000 or more; and
(2) Israel, and the anticipated value of the acquisition is $175,000 or more.
(b) Non-applicability thresholds for other countries are the same as listed in the FAR clause.
WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation - (May 2005); In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act.
52.212-2 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:
Lowest Price Technically Acceptable
(End of provision)
The provision at 52.212-3 and its alternate, Offeror Representations and Certifications (Nov 2017), must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry.
The following addendum to 52.212-3 applies:
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017).
**END PROVISIONS**
THIS EQUIPMENT IS BEING PURCHASED IN ACCORDANCE WITH FAR PART 13. SIMPLIFIED ACQUISTION PROCEDURES APPLY.
Written, signed quotes on a company letterhead with contact information are due no later than COB, June 29, 2018 by mail to or in person at Bureau of Reclamation, PO Box 620, Grand Coulee, WA 99133, or by electronic mail to [email protected]. For information regarding this Request for Quotation, please contact Terry L. Mest, Contract Specialist at 509-633-9327.