SOLICITATION NOTICE
70 -- 118th Wing OPS Group JSOC Laptops
- Notice Date
- 7/30/2020 6:56:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- W7N1 USPFO ACTIVITY TNANG 118 NASHVILLE TN 37217-2538 USA
- ZIP Code
- 37217-2538
- Solicitation Number
- W50S9720Q0020
- Response Due
- 8/14/2020 1:30:00 PM
- Archive Date
- 08/29/2020
- Point of Contact
- Jonathan Forren, Phone: 615-660-8891, Gregory Allen, Phone: 615-660-8890
- E-Mail Address
-
jonathan.forren@us.af.mil, gregory.allen.8@us.af.mil
(jonathan.forren@us.af.mil, gregory.allen.8@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. The RFQ number is W912L720Q0020. This solicitation and documents and incorporates provisions and clauses in effect through FAC 2020-07, dated 2 July 2020, and DFARS publication notice 24 July 2020. It's the responsibility of the contractor to be familiar with the applicable clauses and provisions. These clauses may be accessed in full text at https://www.acquisition.gov This is a TOTAL SMALL BUSINESS SETASIDE for NAICS code is 334111 Electronic Computer Manufacturing with a size standard of 1250 employees. The 118th Wing/118th Operations Group for the Tennessee Air National Guard in Nashville, TN requesting for quote, a Brand Name or Equal of the Origin PC NS-15 Laptop. All responsible sources may submit a quotation which will be considered by the agency. The requested Delivery Date is no later than 60 days after receipt of order (ARO). Delivery location will be the Tennessee Air National Guard, 118th Wing, 240 Knapp Blvd, Nashville, TN 37217. This announcement will close at 3:30 PM Central on 14 August 2020. Please email quotes to MSgt Jonathan Forren who can be reached at jonathan.forren@us.af.mil� no later than time and date referenced. Please when submitting quotes, please provide specifications of the equal item if not submitting brand name requirements. The evaluation is in accordance with FAR Part 13, and will be lowest priced technically acceptable. System of Award Management (SAM): Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on https://www.sam.gov/portal/SAM/ ITEMS: LINE ITEM 0001���������������� NS-15 Origin PC, Or equal ��������������������������� ��������������� 20 EACH������ Provision 52.212-1, Instructions to Offerors-Commercial (JUN 2020) applies to this acquisition, and the following addenda apply: (b)� Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show� ���������� (1)� The solicitation number; ���������� (2)� The time specified in the solicitation for receipt of offers; ���������� (3)� The name, address, and telephone number of the offeror; ���������� (4)� A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; ���������� (5)� Terms of any express warranty; ���������� (6)� Price and any discount terms; ���������� (7)� �Remit to� address, if different than mailing address; ���������� (8)� A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); ���������� (9)� Acknowledgment of Solicitation Amendments; (c)� Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation � (f)� Late submissions, modifications, revisions, and withdrawals of offers. �(1)� Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. ���������� (2)� �(i)� Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is �late� and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- �������������������� (A)� If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or �������������������� (B)� There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government�s control prior to the time set for receipt of offers; or �������������������� (C)� If this solicitation is a request for proposals, it was the only proposal received. ��������������� (ii)� However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. ���������� (3)� Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. ���������� (4)� If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. ���������� (5)� Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. � (g)� Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Evaluation Criteria: This Request for Quote (RFQ) is a lowest price technical acceptable Brand Name or Equal.� At minimum if not quoting the brand name, Origin PC NS-15 Laptop, must meet the following: Monitor must not exceed 15.6 inch, IPS Level 144 MHz FHD Display Processor must be a minimum of AMD Ryzen 9 3950x 16 Core with boost or better Graphics Card must be a minimum of a NVIDIA GeForce RTX 2070 8GB GDDR6 or better RAM must be at minimum of 32GB DDR4 at 3200 MHz or better Main Drive must be at minimum a 250 GB PCIe NVMe M.2 Solid State Drive Secondary Drive must at minimum of 1TB PCIe NVMe M.2 Solid State Drive Warranty must be US Based with 24/7 support and 3 year parts replacement Removal of Wi-Fi is a requirement to uphold security standards Removal of Camera and Microphone is a requirement to uphold security standards Must be able to place a specialized� BIOS ID on each system per network requirements Must have a TPM 2.0 (Trusted Platform Module) per network requirements Must have the option to not have the Operating System Installed.� Specific OS will be loaded later MUST BE TAA COMPLIANT These laptops are to support Joint Special Operations Command (JSOC), and to meet JSOC requirements the above minimum specifications must be met. � Please provide a copy of 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2020), The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. ����� (a) Definitions. As used in this provision� ������Covered telecommunications equipment or services� has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� 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. ����� Forced 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. ����� 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). ����� 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�� ����� 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 veteransor, 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 with13 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 at13 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 CFR124.104(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 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. �����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 least51 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. ����� (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 in SAM ���������� (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM 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 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(s) applicable to the NAICS code(s) referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. ����������[Offeror to identify the applicable paragraphs at (c) through (v) 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 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, that it ? is, ? is not a small disadvantaged business concern as defined in 13 CFR124.1002. ���������� (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. ���������� (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. ��������������� Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. ���������� (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. ����� (d) Representations required to implement provisions of Executive Order11246- (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 http://uscode.house.gov/ 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) of 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 ______________ _________________ ______________ _________________ ______________ _____________...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/432504e444f14128b187749009f10e6f/view)
- Place of Performance
- Address: Nashville, TN 37217, USA
- Zip Code: 37217
- Country: USA
- Zip Code: 37217
- Record
- SN05740751-F 20200801/200730230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |