Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 22, 2024 SAM #8304
SOLICITATION NOTICE

34 -- 3-Axis Vertical Milling Machine Center

Notice Date
8/20/2024 2:47:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
1333ND24QNB630626
 
Response Due
8/30/2024 2:00:00 PM
 
Archive Date
09/03/2024
 
Point of Contact
Harry L. Brubaker, Phone: 3019758330, Randy E. Schroyer, Phone: 3019756314
 
E-Mail Address
Harry.Brubaker@nist.gov, randy.schroyer@nist.gov
(Harry.Brubaker@nist.gov, randy.schroyer@nist.gov)
 
Description
SAM.GOV CONTRACT OPPORTUNITIES ANNOUNCEMENT:� COMBINED SYNOPSIS/SOLICITATION ACTION CODE:� CLASSIFICATION CODE:� 3408 - MACHINING CENTERS AND WAY-TYPE MACHINES SUBJECT:� 3-Axis Vertical Milling Machine Center SOLICITATION NO.:� 1333ND24QNB630626 RESPONSE DATE:� ��30 Aug 2024 CONTACT POINT: �� Harry Brubaker, Contract Specialist; 301-975-8330 (T) ����������������������������������� Randy Schroyer, Contracting Officer; 301-975-6314 (T) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. ��FAR PART 13.5 SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES ARE UTILIZED IN THIS PROCUREMENT.� THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-06 published Effective July 30, 2024 and August 29, 2024. The associated North American Industrial Classification System (NAICS) code for this procurement is 333517 (Machine Tool Manufacturing) with a small business size standard of 500 employees.� � This acquisition is BRAND NAME OR EQUAL and unrestricted.� All interested quoters may submit a firm fixed-price quotation in accordance with the Statement of Requirements (SoR), included as an attachment to this combined synopsis/solicitation. The Material Measurement Laboratory (MML) Office of Reference Materials (ORM) provides customers with Standard Reference Materials (SRMs), calibration services and Standard Reference Data.� NIST supports accurate and comparable measurements by certifying and providing over 1,300 of the highest quality and metrological value SRMs to industry, academia, and government. These materials can be used to perform instrument calibrations, as part of overall quality assurance programs, to verify the accuracy of specific measurements, and to support the development of new measurement methods. In order to produce SRMs, MML needs to ensure these are processed properly. The MML requires a 3-Axis Vertical Milling Machine Center that shall permit precise, repeatable machining to ensure high-quality manufacturing, and sustainability with regards to tool set up, control software, and accuracy.� The 3-Axis Milling Machine Center will improve automation in the processing of NIST SRM materials to certified specifications as well as support to the ORM with capabilities to produce and manufacture supporting parts and components as needed. LINE ITEM 0001 QTY:� 1 EACH 3-Axis Vertical Milling Machine Center, Brand Name or Equal to the Haas TM2P with accessories and 1-yr. warranty LINE ITEM 0002� QTY:� 1 EACH Installation LINE ITEM 0003 QTY:� 1 EACH Training Reference the Statement of Requirements (SoR) to view the 3-Axis Vertical Milling Machine Center minimum technical specifications. DELIVERY:� delivery for the 3-Axis Vertical Milling Machine Center shall be completed within 90 calendar days after award Delivery terms shall be FOB Destination.� FOB DESTINATION MEANS:� The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the delivery order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the delivery order; and pay all charges to the specified point of delivery.� All shipping costs shall be included in the total firm-fixed price. Formal acceptance of the 3-Axis Vertical Milling Machine Center will be given at the time that NIST determines all minimum technical specifications have been met. PAYMENT� Advance payment will not be authorized. Partial payments will not be authorized. One aggregate payment shall be made for line item 0001, 0002 and 0003. The Contractor will be paid, in accordance with Net 30-day payment terms, upon receipt and acceptance of a proper invoice issued to invoice@nist.gov after Government acceptance.� A proper invoice will be approved for payment if the Vertical Milling Machine has been delivered, installed and Government acceptance has occurred. The invoice will not be approved if any items are outstanding, and/or have been rejected. NOTE:� The quoter may propose an alternative payment schedule in its quotation submittal. This is an Open-Market Combined Synopsis/Solicitation for a commercial product as defined in the SoR. The Government intends to award a firm-fixed-price (FFP) Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotations shall include a statement regarding the terms and conditions herein as follows: The Quoter shall state �The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.� OR The Quoter shall state �The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Quoter shall list exception(s) and rationale for the exception(s). Quoters that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Please note that this procurement is not being conducted under the GSA Multiple Award Schedule (MAS) program or another Governmentwide Acquisition Contract (GWAC). If a Quoter submits a quotation based upon an MAS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Quoter�s MAS or GWAC contract, and the statement required above shall be included in the quotation. ADDENDUM TO FAR 52.212-1 QUOTATION PREPARATION INSTRUCTIONS All offerors shall submit the following:� Each quotation shall consist of two (2) separate electronic files: (a) Technical Quotation (Vol. I); and (b) Business/Pricing Quotation (Vol. II). Incomplete quotations may be considered non-compliant and removed from further consideration.� Quotations shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled.� All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number.� A one-page transmittal letter signed by an individual authorized to commit the organization shall be transmitted with the quotation to the Government.� Each quotation shall be on 8.5� x 11� paper, in a commercially standard font, not smaller than 12-point.� Each page in the quotation shall be separately numbered.� The quotation shall be limited to fifteen (15) single-sided pages (excluding the letter of transmittal and product specification sheets). Overall Arrangement of Documents VOLUME I:� TECHNICAL NIST will evaluate quotations, based on the information submitted in support of the following factors: Technical Capability The quoter shall submit: >sufficient technical descriptions and relevant literature/brochure(s) for the 3-Axis Vertical Milling Machine Center it is proposing, which clearly identifies manufacturer, make and model no.� >sufficient description of how the contractor intends to deliver and install equipment to meet the size restrictions for the existing door as described in the SOR minimum requirements. >sufficient description for the warranty (e.g., what is included) it is proposing for the Vertical Milling Machine Center. The quoter must demonstrate that its proposed equipment meets each minimum system requirement described in the SoR by providing a citation to the relevant section of its technical description or relevant sections of the product literature/brochures.� The Contractor shall not simply state they will meet the requirement; evidence must be provided.� If a quoter does not indicate how its quoted equipment meets a certain minimum technical specification, NIST will determine that it does not.� If applicable, evidence that the quoter is authorized by the OEM to provide the item(s) in the quotation should be included. VOLUME II:� BUSINESS/PRICING The quoter shall submit one itemized business/pricing quotation that is structured based on the line item nos. shown in this solicitation.� Alternatively, if the Vertical Milling Machine Center consists of various components, which when assembled result in the entirety of the single Vertical Milling Machine Center being quoted, the quoter may structure its business/pricing quotation accordingly to display and price all components. The quoter may use its standard quote form.� The business/pricing quotation shall be separate from any other portion of the quotation.� The quoter shall propose a firm-fixed-price (FFP), FOB Destination for Line Item 0001. The quoter is encouraged to discount its pricing.� If price discounts are offered, identify the percentage of price discount and/or price reduction offered. The Volume II Business/Pricing Quotation shall also include: a) the offeror�s Unique Entity Identifier (UEI) To be eligible for award, the offeror must have an active registration in the System for Award Management (www.sam.gov) at the time the quoter submits its response to this RFQ. b) Completed FAR Provisions:� 52.204-17, 52.204-20, 52.204-26, 52.209-2, 52.209-11, 52.222-22, �52.225-18, 52.222-25, 52.223-22 and 52.225-4 (each of which is included elsewhere in this solicitation) c) Page(s) from the quoter�s established Commercial Pricelist(s) associated with the Vertical Milling Machine Center; or in the absence of a commercial pricelist, documentation showing the pricing at which it is offered to the quoter�s most favored customer The Government anticipates that the resultant purchase order will be awarded based upon adequate price competition.� However, in order to determine that prices are fair and reasonable, the Government reserves the right to request the quoter provide further cost breakdown to support quoted prices. ADDENDUM TO FAR 52.212-2 EVALUATION AND BASIS FOR AWARD The Government will award a purchase order resulting from this solicitation that will include the terms and conditions that are set forth herein to the responsible quoter whose quotation is technically acceptable and is determined to represent the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria:� technical capability and price.� Technical capability is equal in importance to price.� The Government intends to make a single award and reserves the right to make no award as a result of this solicitation.� The Government intends to evaluate quotations and award a purchase order without discussions with quoters.� Therefore, the quoter's initial quotation should contain the quoter'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 and or all quotations if such action is in the public interest; accept other than the lowest price quotation; and waive informalities and minor irregularities in quotations received. The Government reserves the right to request revised quotations from, or negotiate final contract terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. The Government will evaluate quotations based on the following criteria:� a) technical capability and b) price. Technical Capability No prototypes, demonstration models, used or refurbished instrumentation will be considered. Evaluation of technical capability will be based on the information provided in the technical quotation and submitted literature.� NIST will evaluate whether the quoter has demonstrated that its quoted 3-Axis Vertical Milling Machine Center meets all minimum technical specifications.� Quotations received will first be evaluated from a technical standpoint without regard to quoted costs.� Quotations that do not demonstrate the quoter is compliant with all minimum technical specifications defined in the SoR will not be considered further for award. A quoter�s business/pricing quotation will be evaluated only if the quoter�s technical quotation is considered to be technically acceptable. Price The Government will evaluate the quoter�s proposed pricing for reasonableness. Price will not be evaluated for quotations that are determined technically unacceptable under the Technical Capability evaluation factor. ***APPLICABLE PROVISIONS AND CLAUSES*** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/far/index.html The following FAR provisions apply to this acquisition: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.211-6 Brand Name or Equal (AUG 1999) 52.204-17 Ownership or Control of Quoter (AUG 2020) �������������������������������������� Ownership or Control of Offeror (Aug 2020) ������(a)�Definitions. As used in this provision� ������Commercial and Government Entity (CAGE) code�means� �����������(1)�An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity by unique location; or �����������(2)�An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. �����������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. ������(b)�The Offeror represents that it�?�has or�?�does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. ������(c)�If the Offeror indicates ""has"" in paragraph (b) of this provision, enter the following information: �����Immediate owner CAGE code: ____________________ �����Immediate owner legal name: ______________________ �����(Do not use a ""doing business as"" name) �����Is the immediate owner owned or controlled by another entity?:�?�Yes or�?�No. ������(d)�If the Offeror indicates ""yes"" in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: �����Highest-level owner CAGE code: ___________________ �����Highest-level owner legal name: ___________________ �����(Do not use a ""doing business as"" name) (End of provision) 52.204-20 Predecessor of Offeror (AUG 2020) Predecessor of Offeror�(Aug 2020) ������(a)�Definitions. As used in this provision� ������Commercial and Government Entity (CAGE) code�means� �����������(1)�An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity by unique location; or �����������(2)�An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. ������Predecessor�means an entity that is replaced by a successor and includes any predecessors of the predecessor. ������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. ������(b)�The Offeror represents that it�?�is or�?�is not a successor to a predecessor that held a Federal contract or grant within the last three years. ������(c)�If the Offeror has indicated ""is"" in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): ����������Predecessor CAGE code:??????????(or mark ""Unknown""). ����������Predecessor legal name:�??????????. ����������(Do not use a ""doing business as"" name). (End of provision) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)����������������������� Covered Telecommunications Equipment or Services-Representation (Oct�2020) ������(a)�Definitions.�As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������(b)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". ������(c)� (1)�Representation.�The Offeror represents that it�?�does,�?�does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. �����������(2)�After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it�?�does,�?�does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) 52.204-29 Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures (DEC 2023) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations � Representation (NOV 2015) Prohibition on Contracting with Inverted Domestic Corporations-Representation ������(a)�Definitions. �Inverted domestic corporation� and �subsidiary� have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). ������(b)�Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at�9.108-2(b) applies or the requirement is waived in accordance with the procedures at�9.108-4. ������(c)�Representation. The Offeror represents that- �����������(1)�It�?�is,�?�is not an inverted domestic corporation; and �����������(2)�It�?�is,�?�is not a subsidiary of an inverted domestic corporation. (End of provision) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law (FEB 2016) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that� (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Quoter represents that� (1) It is ? is not ? a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is ? is not ? a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (MAR 2023) 52.212-2 Evaluation�Commercial Products and Commercial Services (NOV 2021) 52.212-3 Offeror Representations and Certifications- Commercial Products and Commercial Services (MAY 2024) In accordance with FAR 52.212-3 Quoter Representations and Certifications � Commercial Items, quoters must complete annual representations and certifications on-line at sam.gov/SAM/ and be actively registered to be eligible for award.� If paragraph (j) of the provision applies, a written submission is required. 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) ����������������������������� previous contracts and compliance reports (feb 1999) The quoter represents that� It ? has, ? has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; It ? has, ? has not filed all required compliance reports; and Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) 52.222-25 Affirmative Action Compliance (APR 1984) Affirmative Action Compliance�(Apr 1984) The offeror represents that- ������(a)It�?�has developed and has on file,�?�has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or ������(b)It�?�has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of provision) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals � Representation (DEC 2016) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation�(Dec 2016) ������(a)�This representation shall be completed if the Offeror received $7.5 million or more in Federal contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year. ������(b)�Representation. [Offeror is to check applicable blocks in paragraphs (1) and (2).] �����������(1)�The Offeror (itself or through its immediate owner or highest-level owner)�?�does,�?�does not publicly disclose greenhouse gas emissions,�i.e., make available on a publicly accessible website the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. �����������(2)�The Offeror (itself or through its immediate owner or highest-level owner)�?�does,�?�does not publicly disclose a quantitative greenhouse gas emissions reduction goal,�i.e., make available on a publicly available website a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. �����������(3)�A publicly accessible website includes the Offeror�s own website or a recognized, third-party greenhouse gas emissions reporting program. ������(c)�If the Offeror checked ""does"" in paragraphs (b)(1) or (b)(2) of this provision, respectively, the Offeror shall provide the publicly accessible website(s) where greenhouse gas emissions and/or reduction goals are reported:________________. (End of provision) 52.225-4�Buy American-Free Trade Agreements-Israeli Trade Act Certificate. Buy American-Free Trade Agreements-Israeli Trade Act Certificate (NOV 2023) (1) The Offeror certifies that each end product, except those listed in paragraph (b) or (c)(1) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c)(2) of this provision contains a critical component. (2) The terms ""Bahraini, Moroccan, Omani, Panamanian, or Peruvian end product,"" ""commercially available off-the-shelf (COTS) item,"" ""critical 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."" ������(b)�The Offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahraini, 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 Bahraini, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ ������[List as necessary] (1) The Offeror shall list those supplies that are foreign end products (other than those listed in paragraph (b) 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. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select �no�. Other Foreign End Products: Line Item No. Country of Origin �Exceeds 55% domestic content (yes/no) ___________ ___________ ___________ ___________ ___________ ___________ (2) The Offeror shall list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). Line Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part� 25 of the Federal Acquisition Regulation ����������������������������������������������������������� (End of provision)� FAR 52.225-18, Place of Manufacture (AUG 2018) (a)�Definitions.�As used in this provision� �Manufactured end product� means any end product in Federal Supply Classes (FSC) 1000-9999, except� (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. �Place of manufacture� means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. �[ ] (1) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or [ ] (2) Outside the United States. 52.225-25Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran � Representation and Certifications (JUN 2020) 52.252-1 Solicitation Provisions Incorporated by Reference 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 quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter 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):� https://acquisition.gov/far/index.html The following FAR clauses apply to this acquisition: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.212-4 Contract Terms and Conditions � Commercial Products and Commercial Services (NOV 2023) 52.232-8 Discounts for Prompt Payment (FEB 2002) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34 F.o.b. Destination (NOV 1991) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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):�� https://a...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e918086de26645ad99172e20393332b2/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07178160-F 20240822/240820230123 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.