SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30
1. REQUISITION NUMBER
PAGE 1 OF 60
2. CONTRACT NO.
19PA1019D________
3. AWARD/EFFECTIVE
DATE
4. ORDER NUMBER
5. SOLICITATION NUMBER
19PA1019Q0002
6. SOLICITATION ISSUE DATE
03/01/19
7. FOR SOLICITATION
INFORMATION CALL
a. NAME
Jose Vazquez / Sonia Aguayo
b. TELEPHONE NUMBER(No collect
calls)
213-715 (x2254 / 2018)
8. OFFER DUE DATE/
LOCAL TIME
03/29/19 17:00
9. ISSUED BY CODE
11. DELIVERY FOR FOB
12. DISCOUNT TERMS
CONTRACTING OFFICER
AMERICAN EMBASSY ASUNCION
1776 Mariscal López Ave.
UNRESTRICTED
SET ASIDE: % FOR
SMALL BUSINESS
DESTINATION UNLESS
BLOCK IS MARKED
SEE SCHEDULE
Asuncion, Paraguay
HUBZONE SMALL
13a. THIS CONTRACT IS A RATED ORDER
UNDER DPAS (15 CFR 700)
Telephone: 213-715
8(A)
13b. RATING
Fax: 213-878
NAICS:
SIZE STD:
14. METHOD OF SOLICITATION
RFQ IFB RFP
15. DELIVER TO CODE
16. ADMINISTERED BY CODE
Same as block #9
Same as Block #9
17a. CONTRACTOR/ CODE
OFFEROR
FACILITY
CODE
18a. PAYMENT WILL BE MADE BY CODE
TELEPHONE NO.
Financial Management Office
American Embassy - Asuncion
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT
SUCH ADDRESS IN OFFER
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS
BLOCK BELOW IS CHECKED SEE ADDENDUM
19.
ITEM NO.
20.
SCHEDULE OF SUPPLIES/SERVICES
21.
QUANTITY
22.
UNIT
23.
UNIT PRICE
24.
AMOUNT
1
2
3
4
5
Base Year - Cellular Phone/Blackberry/iPhone Services
Option Year One - Cellular Phone/Blackberry/iPhone
Services
Option Year Two - Cellular Phone/Blackberry/iPhone
Services
Option Year Three - Cellular Phone/Blackberry/iPhone
Services
Option Year Four - Cellular Phone/Blackberry/iPhone
Services
1
1
1
1
1
YEAR
YEAR
YEAR
YEAR
YEAR
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN __2__
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON
ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS
SPECIFIED HEREIN.
29.AWARD OF CONTRACT: REF. _________________ OFFER
DATED _______________. YOUR OFFER ON SOLICITATION
(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH
ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)
30c. DATE SIGNED
31b. NAME OF CONTRACTING OFFICER (Type or Print)
31c. DATE SIGNED
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV 4/2002)
PREVIOUS EDITION IS NOT USABLE
Computer Generated Prescribed by GSA - FAR (48
CFR) 53.212
TABLE OF CONTENTS
Section 1 - The Schedule
SF 18 or SF 1449 cover sheet
Continuation To SF-1449, RFQ Number 19PA1019Q0002, Prices, Block 23
Continuation To SF-1449, RFQ Number 19PA1019Q0002, Schedule Of Supplies/Services,
Block 20 Description/Specifications/Work Statement
Attachment 1 to Description/Specifications/Performance Work Statement, Government
Furnished Property
Section 2 - Contract Clauses
Contract Clauses
Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12
Section 3 - Solicitation Provisions
Solicitation Provisions
Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in
Part 12
Section 4 - Evaluation Factors
Evaluation Factors
Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in Part 12
Section 5 - Representations and Certifications
Representations and Certifications
Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions
not Prescribed in Part 12
SECTION 1 - THE SCHEDULE
CONTINUATION TO SF-1449
RFQ NUMBER 19PA1019Q0002
PRICES, BLOCK 23
SECTION 1 - THE SCHEDULE
MONTHLY SUBSCRIPTION PLAN
1. SCOPE OF CONTRACT
The Contractor shall provide mobile telephone services to the Embassy of the United States of
America in Asuncion Paraguay. The prices listed below shall include all labor, materials,
insurance (see FAR 52.228-4 and 52.228-5), overhead, and profit. The Government will pay the
Contractor on a monthly basis for Standard Services that have been satisfactorily performed.
Temporary Additional Services are defined as rental on a daily basis of a cell-phone with a SIM
card. These services shall support special events at the Post. The Contractor shall provide
Temporary Additional Services in addition to the scheduled services specified in this contract.
The Contracting Officer shall order Temporary Additional Services on an as needed basis. This
work shall not be subcontracted. The Contracting Officer may require the Contractor to provide
Temporary Additional Services with 24 hour advance notice.
The Contractor shall include in its next regular invoice details of the Temporary Additional
Services and, if applicable, the materials provided and requested under these services. The
Contractor shall also include a copy of the Contracting Officer’s written confirmation for the
Temporary Additional Services.
II. PERIOD OF PERFORMANCE
The contract will be for a one-year period from the date of the contract award, with four optional
year options to renew.
III. PRICING
III. A. BASE YEAR - (The Base Year of the contract starts on the date of the contract award
and continues for a period of 12 months.) – June 2019 to May 2020.
PLAN FOR SMART PHONESTier 1
PROPOSAL TO INCLUDE AS THE SOW MONTHLY PLAN PER LINE
Estimated number of lines:
70 - 120
Monthly Plan
Rollover Call Plan: Under-usage credit in one month can accumulate the following months.
Calls within Network
Unlimited
Local Calls, all Destinies (Land lines / other providers / etc.)
Unlimited
Text Message within Network and other providers
Unlimited
Monthly Data Plan
6 Gb
WhatsApp: Use of WhatsApp shall be part of the monthly plan without
drawing against monthly data allowance.
Free
Roaming Calls and Data: Available and not limited to: Argentine, Brazil, Uruguay and
EEUU. Deductible from current plan and limited to credits (Call and Data) available.
MONTHLY PLAN TIER 1
Total estimated Tier 1 x 150 lines
PLAN FOR Smart Phones Tier 2
PROPOSAL TO INCLUDE AS THE SOW MONTHLY PLAN PER LINE
Estimated number of lines:
80 - 150
Monthly Plan
Rollover Call Plan: Under-usage credit in one month can accumulate the following months.
Calls within Network
Unlimited
Local Calls, all Destinies (Land lines / other providers / etc.)
Unlimited
Text Message within Network and other providers
Unlimited
Monthly Data Plan
1 Gb
WhatsApp: Use of WhatsApp shall be part of the monthly plan without
drawing against monthly data allowance.
Free
Roaming Calls and Data: Available and not limited to: Argentine, Brazil, Uruguay and
EEUU. Deductible from Current plan and limited to Credits (Call and Data) available.
MONTHLY PLAN TIER 2
Total estimated Tier 2 x 120 lines
ROAMING SERVICE
DETAILS:
Unit
PRICE
Roaming in other destinations – Calls (other than Paraguay)
Per minute
Roaming in other destinations – Data
Per Gb
Roaming in other destinations – Text Messages
Per
Message
Long Distance Calls to The United States, from PY to USA
and vice versa
Per minute
Remark: If roaming charges are different based on region country, please provide a
breakdown of regions/countries and the respective charge for calls, data and text messages.
ADDITIONAL DATA
PROPOSAL TO INCLUDE AS THE SOW MONTHLY DATA PLAN PER LINE
Description
QTY
PRICE
Additional Data
1Gb
Additional Data
3Gb
Additional Data
5Gb
Remark: After the monthly data allotment has been used, each line will maintain, without
additional charge, mobile data connectivity at a reduced speed.
Rollover Data Plan: Under-usage credit in one month can accumulate the following month.
All data plans shall support connections via LTE and 5G– pending coverage. If 5G is
not available now, then our lines should be enabled for it when it is available without
additional cost.
DATA PLAN FOR TABLETS
PROPOSAL TO INCLUDE AS THE SOW MONTHLY DATA PLAN PER LINE
Estimated Number of Lines
5 - 30
Description
QTY
MONTHLY PRICE
Monthly Data Plan
20Gb
Remark: Continued connectivity at a reduced speed after the month’s allotted bandwidth
has been used.
HARDWARE
Unlocked Mobile Phones
(Chinese Brands like ZTE,
HUAWEI, XIAOMI are
not acceptable)
Unit Price
With new line
Est.
Qty
.
Unit Price
Yearly
Replacement
Est.
Qty
.
Unit Price
Emergency
Replacemen
t
Est.
Qty
.
iPhone 8
50
4
iPhone X
30
4
Samsung Galaxy S9
10
2
Samsung J2 Prime -
Android System 8.0
60
5
Samsung J4 - Android
System 8.0
40
5
Total
190
Total
Total
20
Remark: Number of hardware needed is estimated. Final quantities will be provided after the
contract has been awarded. Smart Phones must be unlocked. Refurbished devices are not
acceptable.
Total Annual fixed-price for BASE YEAR
III. B. OPTIONAL YEAR ONE - (The Optional Year One of the contract starts on the date of
the contract award and continues for a period of 12 months.) – June 2020 to May 2021.
PLAN FOR SMART PHONESTier 1
PROPOSAL TO INCLUDE AS THE SOW MONTHLY PLAN PER LINE
Estimated number of lines:
70 - 120
Monthly Plan
Rollover Call Plan: Under-usage credit in one month can accumulate the following months.
Calls within Network
Unlimited
Local Calls, all Destinies (Land lines / other providers / etc.)
Unlimited
Text Message within Network and other providers
Unlimited
Monthly Data Plan
6 Gb
WhatsApp: Use of WhatsApp shall be part of the monthly plan without
drawing against monthly data allowance.
Free
Roaming Calls and Data: Available and not limited to: Argentine, Brazil, Uruguay and
EEUU. Deductible from current plan and limited to credits (Call and Data) available.
MONTHLY PLAN TIER 1
Total estimated Tier 1 x 150 lines
PLAN FOR Smart Phones Tier 2
PROPOSAL TO INCLUDE AS THE SOW MONTHLY PLAN PER LINE
Estimated number of lines:
80 - 150
Monthly Plan
Rollover Call Plan: Under-usage credit in one month can accumulate the following months.
Calls within Network
Unlimited
Local Calls, all Destinies (Land lines / other providers / etc.)
Unlimited
Text Message within Network and other providers
Unlimited
Monthly Data Plan
1 Gb
WhatsApp: Use of WhatsApp shall be part of the monthly plan without
drawing against monthly data allowance.
Free
Roaming Calls and Data: Available and not limited to: Argentine, Brazil, Uruguay and
EEUU. Deductible from Current plan and limited to Credits (Call and Data) available.
MONTHLY PLAN TIER 2
Total estimated Tier 2 x 120 Lines
ROAMING SERVICE
DETAILS:
Unit
PRICE
Roaming in other destinations – Calls (other than Paraguay)
Per minute
Roaming in other destinations – Data
Per Gb
Roaming in other destinations – Text Messages
Per
Message
Long Distance Calls to The United States, from PY to USA
and vice versa
Per minute
Remark: If roaming charges are different based on region country, please provide a
breakdown of regions/countries and the respective charge for calls, data and text messages.
ADDITIONAL DATA
PROPOSAL TO INCLUDE AS THE SOW MONTHLY DATA PLAN PER LINE
Description
QTY
PRICE
Additional Data
1Gb
Additional Data
3Gb
Additional Data
5Gb
Remark: After the monthly data allotment has been used, each line will maintain, without
additional charge, mobile data connectivity at a reduced speed.
Rollover Data Plan: Under-usage credit in one month can accumulate the following month.
All data plans shall support connections via LTE and 5G– pending coverage. If 5G is
not available now, then our lines should be enabled for it when it is available without
additional cost.
DATA PLAN FOR TABLETS
PROPOSAL TO INCLUDE AS THE SOW MONTHLY DATA PLAN PER LINE
Estimated Number of Lines
5 - 30
Description
QTY
MONTHLY PRICE
Monthly Data Plan
20Gb
Remark: Continued connectivity at a reduced speed after the month’s allotted bandwidth
has been used.
HARDWARE
Unlocked Mobile Phones
(Chinese Brands like ZTE,
HUAWEI, XIAOMI are
not acceptable)
Unit Price
With new line
Est.
Qty.
Unit Price
Yearly Replacement
Est.
Qty.
Unit Price
Emergency
Replacement
Est.
Qty.
iPhone 8
15
2
iPhone X
10
2
Samsung Galaxy S9
3
1
Samsung J2 Prime -
Android System 8.0
20
5
Samsung J4 - Android
System 8.0
20
5
Total
Total
68
Total
15
Remark: Number of hardware needed is estimated. Final quantities will be provided after the
contract has been awarded. Smart Phones must be unlocked. Refurbished devices are not
acceptable.
Total Annual fixed-price for OPTIONAL YEAR ONE
III. C. OPTIONAL YEAR TWO - (The Optional Year One of the contract starts on the date of
the contract award and continues for a period of 12 months.) – June 2021 to May 2022.
PLAN FOR SMART PHONESTier 1
PROPOSAL TO INCLUDE AS THE SOW MONTHLY PLAN PER LINE
Estimated number of lines:
70 - 120
Monthly Plan
Rollover Call Plan: Under-usage credit in one month can accumulate the following months.
Calls within Network
Unlimited
Local Calls, all Destinies (Land lines / other providers / etc.)
Unlimited
Text Message within Network and other providers
Unlimited
Monthly Data Plan
6 Gb
WhatsApp: Use of WhatsApp shall be part of the monthly plan without
drawing against monthly data allowance.
Free
Roaming Calls and Data: Available and not limited to: Argentine, Brazil, Uruguay and
EEUU. Deductible from current plan and limited to credits (Call and Data) available.
MONTHLY PLAN TIER 1
Total estimated Tier 1 x 150 lines
PLAN FOR Smart Phones Tier 2
PROPOSAL TO INCLUDE AS THE SOW MONTHLY PLAN PER LINE
Estimated number of lines:
80 - 150
Monthly Plan
Rollover Call Plan: Under-usage credit in one month can accumulate the following months.
Calls within Network
Unlimited
Local Calls, all Destinies (Land lines / other providers / etc.)
Unlimited
Text Message within Network and other providers
Unlimited
Monthly Data Plan
1 Gb
WhatsApp: Use of WhatsApp shall be part of the monthly plan without
drawing against monthly data allowance.
Free
Roaming Calls and Data: Available and not limited to: Argentine, Brazil, Uruguay and
EEUU. Deductible from Current plan and limited to Credits (Call and Data) available.
MONTLY PLAN TIER 2
Total estimated Tier 2 x 120 lines
ROAMING SERVICE
DETAILS:
Unit
PRICE
Roaming in other destinations – Calls (other than Paraguay)
Per minute
Roaming in other destinations – Data
Per Gb
Roaming in other destinations – Text Messages
Per
Message
Long Distance Calls to The United States, from PY to USA
and vice versa
Per minute
Remark: If roaming charges are different based on region country, please provide a
breakdown of regions/countries and the respective charge for calls, data and text messages.
ADDITIONAL DATA
PROPOSAL TO INCLUDE AS THE SOW MONTHLY DATA PLAN PER LINE
Description
QTY
PRICE
Additional Data
1Gb
Additional Data
3Gb
Additional Data
5Gb
Remark: After the monthly data allotment has been used, each line will maintain, without
additional charge, mobile data connectivity at a reduced speed.
Rollover Data Plan: Under-usage credit in one month can accumulate the following month.
All data plans shall support connections via LTE and 5G– pending coverage. If 5G is
not available now, then our lines should be enabled for it when it is available without
additional cost.
DATA PLAN FOR TABLETS
PROPOSAL TO INCLUDE AS THE SOW MONTHLY DATA PLAN PER LINE
Estimated Number of Lines
5 - 30
Description
QTY
MONTHLY PRICE
Monthly Data Plan
20Gb
Remark: Continued connectivity at a reduced speed after the month’s allotted bandwidth
has been used.
HARDWARE
Unlocked Mobile Phones
(Chinese Brands like ZTE,
HUAWEI, XIAOMI are
not acceptable)
Unit Price
With new line
Est.
Qty.
Unit Price
Yearly
Replacement
Est.
Qty.
Unit Price
Emergency
Replacemen
t
Est.
Qty.
iPhone 8
15
2
iPhone X
10
2
Samsung Galaxy S9
3
1
Samsung J2 Prime -
Android System 8.0
20
5
Samsung J4 - Android
System 8.0
20
5
Total
Total
68
Total
15
Remark: Number of hardware needed is estimated. Final quantities will be provided after the contract
has been awarded. Smart Phones must be unlocked. Refurbished devices are not acceptable.
Total Annual fixed-price for OPTIONAL YEAR TWO
III. D. OPTIONAL YEAR THREE - (The Optional Year One of the contract starts on the date
of the contract award and continues for a period of 12 months.) – June 2022 to May 2023.
PLAN FOR SMART PHONESTier 1
PROPOSAL TO INCLUDE AS THE SOW MONTHLY PLAN PER LINE
Estimated number of lines:
70 - 120
Monthly Plan
Rollover Call Plan: Under-usage credit in one month can accumulate the following months.
Calls within Network
Unlimited
Local Calls, all Destinies (Land lines / other providers / etc.)
Unlimited
Text Message within Network and other providers
Unlimited
Monthly Data Plan
6 Gb
WhatsApp: Use of WhatsApp shall be part of the monthly plan without
drawing against monthly data allowance.
Free
Roaming Calls and Data: Available and not limited to: Argentine, Brazil, Uruguay and
EEUU. Deductible from current plan and limited to credits (Call and Data) available.
MONTHLY PLAN TIER 1
Total estimated Tier 1 x 150 lines
PLAN FOR Smart Phones Tier 2
PROPOSAL TO INCLUDE AS THE SOW MONTHLY PLAN PER LINE
Estimated number of lines:
80 - 150
Monthly Plan
Rollover Call Plan: Under-usage credit in one month can accumulate the following months.
Calls within Network
Unlimited
Local Calls, all Destinies (Land lines / other providers / etc.)
Unlimited
Text Message within Network and other providers
Unlimited
Monthly Data Plan
1 Gb
WhatsApp: Use of WhatsApp shall be part of the monthly plan without
drawing against monthly data allowance.
Free
Roaming Calls and Data: Available and not limited to: Argentine, Brazil, Uruguay and
EEUU. Deductible from Current plan and limited to Credits (Call and Data) available.
MONTLY PLAN TIER 2
Total estimated Tier 2 x 120 lines
ROAMING SERVICE
DETAILS:
Unit
PRICE
Roaming in other destinations – Calls (other than Paraguay)
Per minute
Roaming in other destinations – Data
Per Gb
Roaming in other destinations – Text Messages
Per
Message
Long Distance Calls to The United States, from PY to USA
and vice versa
Per minute
Remark: If roaming charges are different based on region country, please provide a
breakdown of regions/countries and the respective charge for calls, data and text messages.
ADDITIONAL DATA
PROPOSAL TO INCLUDE AS THE SOW MONTHLY DATA PLAN PER LINE
Description
QTY
PRICE
Additional Data
1Gb
Additional Data
3Gb
Additional Data
5Gb
Remark: After the monthly data allotment has been used, each line will maintain, without
additional charge, mobile data connectivity at a reduced speed.
Rollover Data Plan: Under-usage credit in one month can accumulate the following month.
All data plans shall support connections via LTE and 5G– pending coverage. If 5G is
not available now, then our lines should be enabled for it when it is available without
additional cost.
DATA PLAN FOR TABLETS
PROPOSAL TO INCLUDE AS THE SOW MONTHLY DATA PLAN PER LINE
Estimated Number of Lines
5 - 30
Description
QTY
MONTHLY PRICE
Monthly Data Plan
20Gb
Remark: Continued connectivity at a reduced speed after the month’s allotted bandwidth
has been used.
HARDWARE
Unlocked Mobile Phones
(Chinese Brands like ZTE,
HUAWEI, XIAOMI are
not acceptable)
Unit Price
With new line
Est.
Qty.
Unit Price
Yearly
Replacement
Est.
Qty.
Unit Price
Emergency
Replacemen
t
Est.
Qty.
iPhone 8
15
2
iPhone X
10
2
Samsung Galaxy S9
3
1
Samsung J2 Prime -
Android System 8.0
20
5
Samsung J4 - Android
System 8.0
20
5
Total
Total
68
Total
15
Remark: Number of hardware needed is estimated. Final quantities will be provided after the contract
has been awarded. Smart Phones must be unlocked. Refurbished devices are not acceptable.
Total Annual fixed-price for YEAR THREE
III. C. OPTIONAL YEAR FOUR - (The Optional Year One of the contract starts on the date of
the contract award and continues for a period of 12 months.) – June 2023 to May 2024.
PLAN FOR SMART PHONESTier 1
PROPOSAL TO INCLUDE AS THE SOW MONTHLY PLAN PER LINE
Estimated number of lines:
70 - 120
Monthly Plan
Rollover Call Plan: Under-usage credit in one month can accumulate the following months.
Calls within Network
Unlimited
Local Calls, all Destinies (Land lines / other providers / etc.)
Unlimited
Text Message within Network and other providers
Unlimited
Monthly Data Plan
6 Gb
WhatsApp: Use of WhatsApp shall be part of the monthly plan without
drawing against monthly data allowance.
Free
Roaming Calls and Data: Available and not limited to: Argentine, Brazil, Uruguay and
EEUU. Deductible from current plan and limited to credits (Call and Data) available.
MONTHLY PLAN TIER 1
Total estimated Tier 1 x 150 lines
PLAN FOR Smart Phones Tier 2
PROPOSAL TO INCLUDE AS THE SOW MONTHLY PLAN PER LINE
Estimated number of lines:
80 - 150
Monthly Plan
Rollover Call Plan: Under-usage credit in one month can accumulate the following months.
Calls within Network
Unlimited
Local Calls, all Destinies (Land lines / other providers / etc.)
Unlimited
Text Message within Network and other providers
Unlimited
Monthly Data Plan
1 Gb
WhatsApp: Use of WhatsApp shall be part of the monthly plan without
drawing against monthly data allowance.
Free
Roaming Calls and Data: Available and not limited to: Argentine, Brazil, Uruguay and
EEUU. Deductible from Current plan and limited to Credits (Call and Data) available.
MONTLY PLAN TIER 2
Total estimated Tier 2 x 120 lines
ROAMING SERVICE
DETAILS:
Unit
PRICE
Roaming in other destinations – Calls (other than Paraguay)
Per minute
Roaming in other destinations – Data
Per Gb
Roaming in other destinations – Text Messages
Per
Message
Long Distance Calls to The United States, from PY to USA
and vice versa
Per minute
Remark: If roaming charges are different based on region country, please provide a
breakdown of regions/countries and the respective charge for calls, data and text messages.
ADDITIONAL DATA
PROPOSAL TO INCLUDE AS THE SOW MONTHLY DATA PLAN PER LINE
Description
QTY
PRICE
Additional Data
1Gb
Additional Data
3Gb
Additional Data
5Gb
Remark: After the monthly data allotment has been used, each line will maintain, without
additional charge, mobile data connectivity at a reduced speed.
Rollover Data Plan: Under-usage credit in one month can accumulate the following month.
All data plans shall support connections via LTE and 5G– pending coverage. If 5G is
not available now, then our lines should be enabled for it when it is available without
additional cost.
DATA PLAN FOR TABLETS
PROPOSAL TO INCLUDE AS THE SOW MONTHLY DATA PLAN PER LINE
Estimated Number of Lines
5 - 30
Description
QTY
MONTHLY PRICE
Monthly Data Plan
20Gb
Remark: Continued connectivity at a reduced speed after the month’s allotted bandwidth
has been used.
HARDWARE
Unlocked Mobile Phones
(Chinese Brands like ZTE,
HUAWEI, XIAOMI are
not acceptable)
Unit Price
With new line
Est.
Qty
.
Unit Price
Yearly
Replacement
Est.
Qty
.
Unit Price
Emergency
Replacemen
t
Est.
Qty
.
iPhone 8
15
2
iPhone X
10
2
Samsung Galaxy S9
3
1
Samsung J2 Prime -
Android System 8.0
20
5
Samsung J4 - Android
System 8.0
20
5
Total
Total
68
Total
15
Remark: Number of hardware needed is estimated. Final quantities will be provided after the contract
has been awarded. Smart Phones must be unlocked. Refurbished devices are not acceptable.
Total Annual fixed-price for OPTIONAL YEAR FOUR
VALUE ADDED TAX. Value Added Tax (VAT) is not applicable to this contract and shall not be
included in the CLIN rates or Invoices because the U.S. Embassy has a tax exemption certificate
from the host government.
During this contract period, the Government shall place orders totaling a minimum of 50 Lines.
This reflects the contract minimum for this period of performance. The amount of all orders
shall not exceed 350 Lines. This reflects the contract maximum for this period of performance.
Base Year Total
Option Year 1 Total
Option Year 2 Total
Option Year 3 Total
Option Year 4 Total
GRAND TOTAL FOR BASE + ALL OPTION YEARS
CONTINUATION TO SF-1449
RFQ NUMBER 19PA1019Q0002
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT
SCHEDULE OF SERVICES, BLOCK 20
1. PERFORMANCE WORK STATEMENT
This solicitation is for mobile telephone services. The U.S. Embassy is using 19PA1019Q0002
lines for official purposes. The Contractor shall provide complete mobile telephones services for
the U.S. Embassy of Asuncion - Paraguay. Services provided shall include:
Mobile Telephone Equipment
Calls within Network
International Calls
International Roaming
Wireless Application Protocol (WAP)
SMS Messaging
Voice Mail
Rental of Cell-phones, with or without SIM Cards
24-hour Customer Service
Detailed Billing of Calls Made
Data Services
The Contractor shall ensure that the connection through its network is of the highest quality
possible and shall be uninterrupted, clear, and with no static. Network problems shall be
remedied immediately, and the COR must be immediately informed of any problems and their
resolution.
EQUIPMENT PACKAGE
The basic package shall include, but is not limited to, the following items:
Mobile Phone
Batteries (at least Li-Ion)
Battery Charger,
Fixed Hands-Free Kit
Personal Hands Free Unit
Belt Clip or Pouch
User Manual
Safety Certificate and Brochures
1.2 CALLS WITHIN NETWORK - PARAGUAY
The Contractor shall ensure on a 24-hour basis at least 90% local network coverage around
Whole Paraguayan Territory with special consideration to all urban areas and main traffic
routes.
1.3 INTERNATIONAL CALLS
The Contractor shall ensure on a 24-hour basis international connectivity with the USA, all
European countries, and all other worldwide countries that telephone services are available.
1.4 INTERNATIONAL ROAMING
The Contractor shall provide as extensive international roaming connectivity as possible, with
the special interest of the Government for roaming within all Paraguay and the USA.
1.5 WIRELESS APPLICATION PROTOCOL (WAP)
The Contractor shall provide Internet connection through their network to the Wireless
Application Protocol (WAP) Internet sites.
1.6 SMS MESSAGING
The Contractor shall provide access to around the clock SMS messaging.
1.7 VOICE MAIL
The Contractor shall provide Voice Mail services in English and Spanish Language. A Voice
Mail Box shall be prepared for each number separately as per standard practice.
1.8 RENTAL OF CELL-PHONES WITH SIM CARDS
The Contractor shall provide up to 15 cell-phones for rent within 3 days of notice and additional
5 cell-phones within the next 3 days, according to Government needs, for official visits.
Included with the cell-phone should be a SIM card (if needed), an English Instruction Manual,
batteries, and a phone charger.
1.9 CUSTOMER SERVICE
The Contractor shall provide technical support for setting up voice mail, roaming questions,
questions on the phone features, number changes, lost or stolen telephone reporting,
manufacturer’s warranty information, and all other matters concerning the mobile telephone
services through the Contractor’s Project Manager.
1.10 DETAILED BILLING
1.10.1 The Contractor shall provide a monthly breakdown of calls made by individual numbers.
The breakdown shall clearly show:
Called Number
Time and Date of the Call
Duration of the Call
Price
1.10.2 The monthly lists of calls made shall be forwarded to the Contracting Officer’s
Representative (COR) until the end of each current month for the previous month to the
following address:
U.S. Embassy Asuncion – 1776 Mariscal Lopez Ave.
2. INVOICING
The Contractor shall submit monthly invoices to the COR at the address shown in paragraph d
below. A proper invoice must include the following information:
Contractor's name and bank account information for payments by wire transfers
Invoice Date
Contract Number
A summary showing a listing of each line with total monthly price in local currency for that line.
A detailed invoice for each agency has to be attached to each summary invoice and should
include the cost breakdown by each telephone line according to the pricing schedule
A detailed list of all calls made for each line
Prompt payment discount, if any
Name, title, phone number, and address of person to contact in case of defective invoice
If an invoice does not contain the above information, the Government reserves the right to reject
the invoice as improper and return it to the Contractor within 7 calendars days. The Contractor
must then submit a proper invoice.
The COR will take each summary invoice and furnish the detailed invoice to the appropriate
official in each individual Government agency. That agency representative will review the
detailed invoice and either approve for payment or advise the COR of the inaccuracies found. It
shall be the COR who will interact with the Contractor on any invoice problems.
The Contractor will send all invoices to the following address:
U.S. Embassy Asuncion
Mariscal Lopez 1776 Ave.
Asuncion Paraguay
Payment shall be made in local currency by Electronic Funds Transfer (EFT) within 30 days
after receipt of the proper invoice
(f) The Government will provide annual proof of a direct exemption of Value Added Tax
(VAT); according to host country VAT laws.
3. KEY PERSONNEL
3.1 The Project Manager must be able to converse in English and Spanish. The Contractor
shall assign to this contract the following key person:
POSITION/FUNCTION ___________________ NAME _________________
Project Manager
3.2 During the first 90 days of performance, the Contractor shall make no substitutions of key
personnel unless the substitution is required due to illness, death, or termination of employment.
The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence
of any of these events and provide the information required below to the Contracting Officer at
least 15 days before making any permanent substitutions.
3.3 After the first 90 days of performance, the Contractor may substitute a key person if the
Contractor determines that it is necessary. The Contractor shall notify the Contracting Officer of
the proposed action immediately. Prior to making the substitution, the Contractor will provide
the information required below to the Contracting Officer.
3.4 The Contractor shall provide a detailed explanation of the circumstances requiring the
proposed substitution, a complete resume for the proposed substitute. The proposed substitute
shall possess qualifications comparable to the original key person. The Contracting Officer will
notify the Contractor of its approval or disapproval of the substitution within 15 calendar days
after receiving the required information. The Government will modify the contract to reflect any
changes in key personnel.
4. PERMITS
Without additional cost to the Government, the Contractor shall obtain all permits, licenses, and
appointments required for the work under this contract. The Contractor shall obtain these
permits, licenses, and appointments in compliance with applicable Paraguayan country laws.
5. GOVERNMENT FURNISHED PROPERTY
5.1 The Government intends to use Government Owned Equipment and Accessories if
needed. The Contractor shall provide a fully functional SIM card, telephone number, and
appropriate security codes for all existing Government cell-phones.
5.2 A list of Cell-Phone Types that the Government owns and intends to use with the services
provided in this contract:
To be provided after the contract has been awarded.
6. ADDITION OF NEW LINES
The Contractor will provide a fully functional SIM card, telephone number, and appropriate
security codes to the COR within 24 hours after receiving a delivery order under the contract.
7. NON-OFFICIAL LINES
This Contract is valid only for official Government needs.
8. DISCLOSURE OF INFORMATION
Any information made available to the Contractor by the Government shall be used only for the
purpose of carrying out the provisions of this contract and shall not be divulged or made known
in any manner to any person except as may be necessary in the performance of the contract.
9. TECHNOLOGICAL REFRESHMENT
After contract award, the Government may; pursuant to FAR clause 52.212-4 - Contract Terms
and Conditions –Commercial Items, paragraph (c), Changes; request changes within the scope
of the contract. These changes may be required to improve performance or react to changes in
technology.
The Contractor may propose for the Government’s technological refreshment, substitutions or
additions for any provided products or services that may become available as a result of
technological improvements. The Government may, at any time during the term of this contract
or any extensions thereof, modify the contract to acquire products which are similar to those
under the contract and that the Contractor has, or has not, formally announced for marketing
purposes. This action is considered to be within the scope of the contract. At the option of the
Government, a demonstration of the substitute product may be required. The Government is
under no obligation to modify the contract in response to the proposed additions or substitutions.
Such substitutions or additions may include any part of, or all of, a given product(s) provided
that the following conditions are met and substantiated by documentation in the technological
refreshment proposal:
The proposed product(s) shall meet all of the technical specifications of this document and
conform to the terms and conditions cited in the contract.
The proposed product(s) shall have the capacity, performance, or functional characteristics equal
to or greater than, the current product(s).
The proposal shall discuss the impact on hardware, services, and delivery schedules. The cost of
the changes not specifically addressed in the proposal shall be borne entirely by the Contractor.
Contractor has the right to withdraw, in whole or in part, any technological refreshment proposal
prior to acceptance by the Government. Contractor will use commercially reasonable efforts to
ensure that prices for substitutions or additions are comparable to replaced or discontinued
products. If a technological refreshment proposal is accepted and made a part of this contract, an
equitable adjustment, increasing or decreasing the contract price, may be required and any other
affected provisions of this contract shall be made in accordance with FAR clause 52.212-4,
paragraph (c), Changes, and other applicable clauses of the contract.
10. SPECIAL SHORT TERM PROMOTION
For the entire contract duration, the Contractor will offer the U.S. Embassy the option to take
advantage of any promotional programs that it offers and that is suited for use by U.S. Embassy
staff. The U.S. Embassy, at its own discretion, will have the option to take or reject the
opportunity.
11. DELIVERY ORDERS
The Contracting Officer will issue delivery orders to order phone and services to the Contractor
for performance of work under this contract. If an order is given orally, it will be followed up by
a written delivery order within 7 days.
12. TRAINING
The Contractor shall provide, at no additional cost, training to all U.S. Embassy employees who
received a mobile phone. Training to be provided will include the proper operation of the
equipment purchased and the equipment’s operating features. The training will be coordinated
with the COR to match the U.S. Embassy work schedule.
13. EQUIPMENT RETURN/DEFECTIVE POLICY
If a telephone is defective or is being returned, the telephone will be exchanged within 1 business
days.
14. CUSTOMER SERVICE CENTERS
The Contractor is to provide 24 hours dedicated support through a telephone number for the
purpose of reporting equipment problems and malfunctions, billing inquiries, and customer
question regarding accounts and services.
15. SURVIVABILITY AND RECOVERY
The Contractor shall have a working system of network survivability in case of emergencies and
serious disasters when all networks may be jammed or when parts of the network are destroyed.
The Contractor shall have a recovery plan in place that shall deal with such occurrences.
QUALITY ASSURANCE AND SURVEILLANCE PLAN (QASP)
This plan provides an effective method to promote satisfactory contractor performance. The
QASP provides a method for the Contracting Officer's Representative (COR) to monitor
Contractor performance, advise the Contractor of unsatisfactory performance, and notify the
Contracting Officer of continued unsatisfactory performance. The Contractor, not the
Government, is responsible for management and quality control to meet the terms of the contract.
The role of the Government is to monitor quality to ensure that contract standards are achieved.
Performance Objective
Scope of Work Para
Performance Threshold
Services.
Performs all Cellphone
communication services set forth in
the scope of work.
1. thru 19.
All required services are
performed and no more than Two
(2). customer complaint is
received per month.
SECTION 2 - CONTRACT CLAUSES
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERICAL ITEMS
(OCT 2018), is incorporated by reference (See SF-1449, Block 27A).
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -
Commercial Items (OCT 2018) and (Deviation 2017-02) (June 2017)
(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:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in
subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and
108-78 (19 U.S.C. 3805 note)).
(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:
[Contracting Officer check as appropriate.]
__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with
Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C.
3509)).
__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment
Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the
American Recovery and Reinvestment Act of 2009.)
_X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct
2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
__ (5) [Reserved].
__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117,
section 743 of Div. C).
__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts
(Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
_X_ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(Jul 2013) (41 U.S.C. 2313).
__ (10) [Reserved].
__ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15
U.S.C. 657a).
__ (ii) Alternate I (Nov 2011) of 52.219-3.
__ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)
(15 U.S.C. 657a).
__ (ii) Alternate I (Jan 2011) of 52.219-4.
__ (13) [Reserved]
__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
__ (ii) Alternate I (Nov 2011).
__ (iii) Alternate II (Nov 2011).
__ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
__ (ii) Alternate I (Oct 1995) of 52.219-7.
__ (iii) Alternate II (Mar 2004) of 52.219-7.
__ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and
(3)).
__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)).
__ (ii) Alternate I (Nov 2016) of 52.219-9.
__ (iii) Alternate II (Nov 2016) of 52.219-9.
__ (iv) Alternate III (Nov 2016) of 52.219-9.
__ (v) Alternate IV (Nov 2016) of 52.219-9.
__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
__ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).
__ (20) 52.219-16, Liquidated Damages.Subcon-tracting Plan (Jan 1999) (15 U.S.C.
637(d)(4)(F)(i)).
__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov
2011) (15 U.S.C. 657 f).
__ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C.
632(a)(2)).
__ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically
Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
__ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small
Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15
U.S.C. 637(m)).
__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_X_ (26) 52.222-19, Child Labor. Cooperation with Authorities and Remedies (Oct 2016) (E.O.
13126).
__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).
__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010) (E.O. 13496).
_X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and
E.O. 13627).
__ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989).
(Not applicable to the acquisition of commercially available off-the-shelf items or certain other
types of commercial items as prescribed in 22.1803.)
__ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPADesignated
Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of
commercially available off-the-shelf items.)
__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the
acquisition of commercially available off-the-shelf items.)
__ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential
Hydrofluorocarbons (Jun 2016) (E.O. 13693).
__ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and
Air Conditioners (Jun 2016) (E.O. 13693).
__ (38)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s
13423 and 13514).
__ (ii) Alternate I (Oct 2015) of 52.223-13.
__ (39)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423
and 13514).
__ (ii) Alternate I (Jun 2014) of 52.223-14.
__ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C.
8259b).
__ (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct
2015) (E.O.s 13423 and 13514).
__ (ii) Alternate I (Jun 2014) of 52.223-16.
_X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
(Aug 2011) (E.O. 13513).
__ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
__ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693).
__ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
__ (ii) Alternate I (JAN 2017) of 52.224-3.
__ (46) 52.225-1, Buy American.Supplies (May 2014) (41 U.S.C. chapter 83).
__ (47)(i) 52.225-3, Buy American.Free Trade Agreements.Israeli Trade Act (May 2014) (41
U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C.
4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-
138, 112-41, 112-42, and 112-43.
__ (ii) Alternate I (May 2014) of 52.225-3.
__ (iii) Alternate II (May 2014) of 52.225-3.
__ (iv) Alternate III (May 2014) of 52.225-3.
_X_ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301
note).
_X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s,
proclamations, and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury).
__ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States
(Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year
2008; 10 U.S.C. 2302 Note).
__ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C.
5150).
__ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov
2007) (42 U.S.C. 5150).
_X_ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41
U.S.C. 4505, 10 U.S.C. 2307(f)).
__ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10
U.S.C. 2307(f)).
_X_ (55) 52.232-33, Payment by Electronic Funds Transfer.System for Award Management (Jul
2013) (31 U.S.C. 3332).
__ (56) 52.232-34, Payment by Electronic Funds Transfer.Other than System for Award
Management (Jul 2013) (31 U.S.C. 3332).
__ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
__ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
__ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)).
__ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)
(46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
__ (ii) Alternate I (Apr 2003) of 52.247-64.
(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:
[Contracting Officer check as appropriate.]
__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).
__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206
and 41 U.S.C. chapter 67).
__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price
Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C.
chapter 67).
__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards.Price
Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
__ (6) 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) (41 U.S.C. chapter 67).
__ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services.Requirements (May 2014) (41 U.S.C. chapter 67).
__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
__ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
__ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42
U.S.C. 1792).
__ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).
(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.
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or
Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in
subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 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.
(iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down
required in accordance with paragraph (l) of FAR clause 52.222-17.
(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
(vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec
2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause
52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
(xii)
__(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O
13627).
__(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627).
(xiii) 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) (41 U.S.C. chapter 67).
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
(xviii)(A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States
(Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year
2008; 10 U.S.C. 2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42
U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46
U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph
(d) of FAR clause 52.247-64.
(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)
ADDENDUM TO CONTRACT CLAUSES
FAR AND DOSAR CLAUSES NOT PRESCRIBED IN PART 12
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:
http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm
These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not
available at the locations indicated above, use the Department of State Acquisition Website at
http://www.statebuy.state.gov/ to see the links to the FAR. You may also use an internet “search
engine” (i.e., Google, Yahoo, Excite) to obtain the latest location of the most current FAR.
THE FOLLOWING FEDERAL ACQUISITION REGULATION CLAUSES ARE
INCORPORATED BY REFERENCE:
CLAUSE TITLE AND DATE
52.204-12 DATA UNIVERSAL NUMBERING SYSTEM NUMBER MAINTENANCE
(DEC 2012)
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-18 COMMERCIAL AND GOVERNMENTENTITY CODE MAINTENANCE
(OCT 2018)
52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION
OF CONTRACT (FEB 2000)
52.228-4 WORKER’S COMPENSATION AND WAR-HAZARD INSURANCE
OVERSEAS (APR 1984)
52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997)
52.229-6 FOREIGN FIXED PRICE CONTRACTS (FEB 2013)
52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUNE 2013)
52.232-40 PROVIDING ACCLERATED PAYMENTS TO SMALL BUSINESS
SUBCONTRACTORS (DEC 2013)
THE FOLLOWING FAR CLAUSES ARE PROVIDED IN FULL TEXT:
52.216-18 ORDERING (OCT 1995)
(a) Any supplies and services to be furnished under this contract shall be ordered by
issuance of delivery orders or task orders by the individuals or activities designated in the
Schedule. Such orders may be issued from date of award through base period or option periods
if exercised.
(b) All delivery orders or task orders are subject to the terms and conditions of this
contract. In the event of conflict between a delivery order or task order and this contract, the
contract shall control.
(c) If mailed, a delivery order or task order is considered "issued" when the Government
deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic
commerce methods only if authorized in the Schedule.
52.216-19 ORDER LIMITATIONS (OCT 1995)
(a) Minimum order. When the Government requires supplies or services covered by this
contract in an amount of less than 50 lines, the Government is not obligated to purchase, nor is
the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor-
(1) Any order for a single item in excess of 350 lines;
(2) Any order for a combination of items in excess of 350 lines; or
(3) A series of orders from the same ordering office within 5 days that
together call for quantities exceeding the limitation in subparagraph (1) or (2) above.
(c) If this is a requirements contract (i.e., includes the Requirement clause at subsection
52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to
order a part of any one requirement from the Contractor if that requirement exceeds the
maximum-order limitations in paragraph (b) above.
(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any
order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is
returned to the ordering office within 15 days after issuance, with written notice stating the
Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this
notice, the Government may acquire the supplies or services from another source.
52.216-22 INDEFINITE QUANTITY (OCT 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and
effective for the period stated, in the Schedule. The quantities of supplies and services specified
in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in
accordance with the Ordering clause. The Contractor shall furnish to the Government, when and
if ordered, the supplies or services specified in the Schedule up to and including the quantity
designated in the Schedule as the “maximum.” The Government shall order at least the quantity
of supplies or services designated in the Schedule as the “minimum.”
(c) Except for any limitations on quantities in the Order Limitations clause or in the
Schedule, there is no limit on the number of orders that may be issued. The Government may
issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within
that period shall be completed by the Contractor within the time specified in the order. The
contract shall govern the Contractor’s and Government’s rights and obligations with respect to
that order to the same extent as if the order were completed during the contract’s effective
period; provided, that the Contractor shall not be required to make any deliveries under this
contract after the contract’s effective period.
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the
rates specified in the contract. The option provision may be exercised more than once, but the
total extension of performance hereunder shall not exceed 6 months. The Contracting Officer
may exercise the option by written notice to the Contractor within the performance period of the
contract.
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the
Contractor within the performance period of the contract or within 30 days after funds for the
option year become available, whichever is later.
(b) If the Government exercises this option, the extended contract shall be considered
to include this option clause.
(d) The total duration of this contract, including the exercise of any options under this
clause, shall not exceed 5 years.
52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently available for performance under this contract beyond September
30 of the current calendar year. The Government's obligation for performance of this contract
beyond that date is contingent upon the availability of appropriated funds from which payment
for contract purposes can be made. No legal liability on the part of the Government for any
payment may arise for performance under this contract beyond September 30 of the current
calendar year, until funds are made available to the Contracting Officer for performance and
until the Contractor receives notice of availability, to be confirmed in writing by the Contracting
Officer.
THE FOLLOWING DOSAR CLAUSES ARE PROVIDED IN FULL TEXT:
CONTRACTOR IDENTIFICATION (JULY 2008)
Contract performance may require contractor personnel to attend meetings with government
personnel and the public, work within government offices, and/or utilize government email.
Contractor personnel must take the following actions to identify themselves as non-federal
employees:
1) Use an email signature block that shows name, the office being supported and company
affiliation (e.g. “John Smith, Office of Human Resources, ACME Corporation Support
Contractor”);
2) Clearly identify themselves and their contractor affiliation in meetings;
3) Identify their contractor affiliation in Departmental e-mail and phone listings whenever
contractor personnel are included in those listings; and
4) Contractor personnel may not utilize Department of State logos or indicia on business
cards.
652.232-70 PAYMENT SCHEDULE AND INVOICE SUBMISSION (FIXED-PRICE)
(AUG 1999)
(a) General. The Government shall pay the Contractor as full compensation for all
work required, performed, and accepted under this contract the firm fixed-price stated in this
contract.
(b) Invoice Submission. The Contractor shall submit invoices in an original to the
office identified in Block 18b of the SF-1449. To constitute a proper invoice, the invoice shall
include all the items required by FAR 32.905(e).
The Contractor shall NOT show Value Added Tax (VAT) as a separate item on invoices
submitted for payment. Invoices, however, must bear Embassy’s TIN (RUC) number CD384-3-
3529-17 in the TIN/RUC block and text “Exento por Ley 110/92 in the body of each invoice
submitted under this contract for payment.
.
(c) Contractor Remittance Address. The Government will make payment to the
Contractor’s address stated on the cover page of this contract, unless a separate remittance
address is shown below:
652.216-70 ORDERING - INDEFINITE-DELIVERY CONTRACT (APR 2004)
The Government shall use one of the following forms to issue orders under this contract:
(a) The Optional Form 347, Order for Supplies or Services, and Optional Form 348,
Order for Supplies or Services Schedule - Continuation; or,
(b) The DS-2076, Purchase Order, Receiving Report and Voucher, and DS-2077,
Continuation Sheet.
652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) AUG 1999)
(a) The Contracting Officer may designate in writing one or more Government
employees, by name or position title, to take action for the Contracting Officer under this
contract. Each designee shall be identified as a Contracting Officer’s Representative (COR).
Such designation(s) shall specify the scope and limitations of the authority so delegated;
provided, that the designee shall not change the terms or conditions of the contract, unless the
COR is a warranted Contracting Officer and this authority is delegated in the designation.
(b) The COR for this contract is Sonia Aguayo - Computer Management Specialist.
652.225-71 SECTION 8(A) OF THE EXPORT ADMINISTRATION ACT OF 1979, AS
AMENDED (AUG 1999)
RESERVED
652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999)
(a) The Contractor warrants the following:
(1) That is has obtained authorization to operate and do business in the
country or countries in which this contract will be performed;
(2) That is has obtained all necessary licenses and permits required to perform
this contract; and,
(3) That it shall comply fully with all laws, decrees, labor standards, and
regulations of said country or countries during the performance of this contract.
(b) If the party actually performing the work will be a subcontractor or joint venture
partner, then such subcontractor or joint venture partner agrees to the requirements of paragraph
(a) of this clause.
652.229-70 EXCISE TAX EXEMPTION STATEMENT FOR CONTRACTORS WITHIN
THE UNITED STATES (JUL 1988)
This is to certify that the item(s) covered by this contract is/are for export solely for the use of
the U.S. Foreign Service Post identified in the contract schedule.
The Contractor shall use a photocopy of this contract as evidence of intent to export. Final proof
of exportation may be obtained from the agent handling the shipment. Such proof shall be
accepted in lieu of payment of excise tax.
SECTION 3 - SOLICITATION PROVISIONS
FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT
2018), is incorporated by reference (see SF-1449, Block 27A)
ADDENDUM TO 52.212-1
A. SUMMARY OF INSTRUCTIONS. Each offer must consist of the following:
A.1. SF-1449. A completed solicitation, in which the SF-1449 cover page (blocks 12, 17, 19-
24, and 30 as appropriate), and Sections 1 and 5 have been filled out.
A.2. INFORMATION. Information demonstrating the offeror’s/quoter’s ability to perform,
including:
(1) Name of a Project Manager (or other liaison to the U.S. Embassy/Consulate) who
understands written and spoken English;
(2) Evidence that the offeror/quoter operates an established business with a
permanent address and telephone listing;
(3) List of clients over the past 5 years, demonstrating prior experience with relevant
past performance information and references (provide dates of contracts, places of performance,
value of contracts, contact names, telephone and fax numbers and email addresses). If the
offeror has not performed comparable services in Asuncion Paraguay then the offeror shall
provide its international experience. Offerors are advised that the past performance information
requested above may be discussed with the client’s contact person. In addition, the client’s
contact person may be asked to comment on the offeror’s:
Quality of services provided under the contract;
Compliance with contract terms and conditions;
Effectiveness of management;
Willingness to cooperate with and assist the customer in routine matters, and
when confronted by unexpected difficulties; and
Business integrity / business conduct. The Government will use past performance
information primarily to assess an offeror’s capability to meet the solicitation
performance requirements, including the relevance and successful performance of
the offeror’s work experience. The Government may also use this data to
evaluate the credibility of the offeror’s proposal. In addition, the Contracting
Officer may use past performance information in making a determination of
responsibility.
(4) Evidence that the offeror/quoter can provide the necessary personnel, equipment, and
financial resources needed to perform the work;
(5) The offeror shall address its plan to obtain all licenses and permits required by local
law (see DOSAR 652.242-73 in Section 2). If offeror already possesses the locally
required licenses and permits, a copy shall be provided.
(6) The offeror’s strategic plan for Cellphone communication services to include but
not limited to:
(a) A work plan taking into account all work elements in Section 1,
Performance Work Statement.
(b) Identify types and quantities of equipment, supplies and materials
required for performance of services under this contract. Identify if the offeror
already possesses the listed items and their condition for suitability and if not
already possessed or inadequate for use how and when the items will be obtained;
(c) Plan of ensuring quality of services including but not limited to
contract administration and oversight; and
(d) (1) If insurance is required by the solicitation, a copy of the Certificate
of Insurance(s), or (2) a statement that the Contractor will get the required
insurance, and the name of the insurance provider to be used.
(7) Information on Connectivity within Paraguay.
(8) List of International Roaming contracts.
(9) Offeror is required to provide a copy of the Rate Plan Subscription
(10) Offeror is required to provide a Price List for accessories.
(11) Evidence that the Contractor has a recovery plan in the event of an emergency or
disaster.
Any other written information that will provide proof of the company’s technical and financial
responsibility.
A.3. IF REQUIRED BY THE SOLICITATION, PROVIDE EITHER:
(a) a copy of the Certificate of Insurance, or
(b) a statement that the Contractor will get the required insurance, and the name of the
insurance provider to be used.
ADDENDUM TO SOLICITATION PROVISIONS
FAR AND DOSAR PROVISIONS NOT PRESCRIBED IN PART 12
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. Also, the full text of a clause may be accessed electronically
at: http://www.acquisition.gov/far/or http://farsite.hill.af.mil/vffara.htm
These addresses are subject to change. If the FAR is not available at the locations indicated
above, use of an internet “search engine” (i.e., Google, Yahoo, Excite) is suggested to obtain the
latest location of the most current FAR provisions.
The following Federal Acquisition Regulation solicitation provisions are incorporated by
reference:
PROVISION TITLE AND DATE
52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
(JULY 2016)
52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR
1991)
The following DOSAR provision(s) is/are provided in full text:
652.206-70 ADVOCATE FOR COMPETITION/OMBUDSMAN (FEB 2015)
(a) The Department of State’s Advocate for Competition is responsible for assisting industry in
removing restrictive requirements from Department of State solicitations and removing barriers
to full and open competition and use of commercial items. If such a solicitation is considered
competitively restrictive or does not appear properly conducive to competition and commercial
practices, potential offerors are encouraged first to contact the contracting office for the
solicitation. If concerns remain unresolved, contact:
(1) For solicitations issued by the Office of Acquisition Management (A/LM/AQM)
or a Regional Procurement Support Office, the A/LM/AQM Advocate for Competition, at
(2) For all others, the Department of State Advocate for Competition at
cat@state.gov.
(b) The Department of State’s Acquisition Ombudsman has been appointed to hear concerns
from potential offerors and contractors during the pre-award and post-award phases of this
acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer,
the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The
purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements,
and recommendations of interested parties to the appropriate Government personnel, and work to
resolve them. When requested and appropriate, the ombudsman will maintain strict
confidentiality as to the source of the concern. The ombudsman does not participate in the
evaluation of proposals, the source selection process, or the adjudication of formal contract
disputes. Interested parties are invited to contact the contracting activity ombudsman, [insert
name] , at ___[insert telephone and fax numbers] . For an American Embassy or overseas
post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues,
disagreements, and recommendations which cannot be resolved at a contracting activity level
may be referred to the Department of State Acquisition Ombudsman at (703) 516-1696 or write
to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive
(A/OPE), Suite 1060, SA-15, Washington, DC 20520.
(End of provision)
SECTION 4 - EVALUATION FACTORS
The Government intends to award a contract/purchase order resulting from this solicitation to the
lowest priced, technically acceptable offeror/quoter who is a responsible contractor. The
evaluation process shall include the following:
(a) COMPLIANCE REVIEW. The Government will perform an initial review of
proposals/quotations received to determine compliance with the terms of the solicitation. The
Government may reject as unacceptable proposals/quotations that do not conform to the
solicitation.
(b) TECHNICAL ACCEPTABILITY. Technical acceptability will include a review
of past performance and experience as defined in Section 3, along with any technical information
provided by the offeror with its proposal/quotation. The Government reserves the right to
conduct a field test of the offeror’s network within Paraguay to ensure adequate connectivity.
(c) PRICE EVALUATION. The lowest price will be determined by multiplying the
offered prices times the estimated quantities in “Prices - Continuation of SF-1449, block 23”, and
arriving at a grand total, including all options. The Government reserves the right to reject
proposals that are unreasonably low or high in price.
(d) RESPONSIBILITY DETERMINATION. The Government will determine
contractor responsibility by analyzing whether the apparent successful offeror complies with the
requirements of FAR 9.1, including:
Adequate financial resources or the ability to obtain them;
Ability to comply with the required performance period, taking into
consideration all existing commercial and governmental business commitments;
Satisfactory record of integrity and business ethics;
Necessary organization, experience, and skills or the ability to obtain them;
Necessary equipment and facilities or the ability to obtain them; and
Be otherwise qualified and eligible to receive an award under applicable laws and
regulations.
ADDENDUM TO EVALUATION FACTORS
FAR AND DOSAR PROVISION(S) NOT PRESCRIBED IN PART 12
THE FOLLOWING FAR PROVISIONS ARE PROVIDED IN FULL TEXT:
52.217-5 EVALUATION OF OPTIONS (JUL 1990)
The Government will evaluate offers for award purposes by adding the total price for all
options to the total price for the basic requirement. Evaluation of options will not obligate the
Government to exercise the option(s).
52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000)
If the Government receives offers in more than one currency, the Government will
evaluate offers by converting the foreign currency to United States currency using the exchange
rate used by the Embassy in effect as follows:
(a) For acquisitions conducted using sealed bidding procedures, on the date of bid
opening.
(b) For acquisitions conducted using negotiation procedures—
(1) On the date specified for receipt of offers, if award is based on initial
offers; otherwise
(2) On the date specified for receipt of proposal revisions.
SECTION 5 - REPRESENTATIONS AND CERTIFICATIONS
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (OCT
2018)
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 (u)) of this provision.
(a) Definitions. As used in this provision—
“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.
“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”—
(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 veterans or, in the case of a service-disabled veteran with permanent and
severe disability, the spouse or permanent caregiver of such veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a
disability that is service-connected, as defined in 38 U.S.C. 101(16).
“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 with 13 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 at 13 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 CFR 124.104(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.
“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.
“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.
“Women-owned business concern” means a concern which is at least 51 percent owned by one
or more women; or in the case of any publicly owned business, at least 51 percent of its stock is
owned by one or more women; and whose management and daily business operations are
controlled by one or more women.
“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 least 51 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.
“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.
(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 applicable to the NAICS code
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 (u) 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 CFR 124.1002.
(5) Women-owned small business concern. [Complete only if the offeror represented itself
as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it
□ is, □ is not a women-owned small business concern.
(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 Order 11246—
(1) Previous contracts and compliance. The offeror represents that
(i) It □ has, □ has not participated in a previous contract or subcontract subject to the
Equal Opportunity clause of this solicitation; and
(ii) It □ has, □ has not filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that—
(i) It □ has developed and has on file, □ has not developed and does not have on file, at
each establishment, affirmative action programs required by rules and regulations of the
Secretary of Labor (41 cfr parts 60-1 and 60-2), or
(ii) It □ has not previously had contracts subject to the written affirmative action
programs requirement of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352).
(Applies only if the contract is expected to exceed $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 AmericanSupplies, 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 AmericanFree Trade AgreementsIsraeli Trade Act Certificate. (Applies only if
the clause at FAR 52.225-3, Buy AmericanFree Trade AgreementsIsraeli 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 AmericanFree Trade AgreementsIsraeli
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 AgreementsIsraeli 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 AmericanFree Trade AgreementsIsraeli 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 AmericanFree Trade AgreementsIsraeli 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 AmericanFree Trade Agreements
Israeli Trade Act”:
Canadian End Products:
Line Item No.
_______________________________________
_______________________________________
_______________________________________
[List as necessary]
(3) Buy AmericanFree Trade AgreementsIsraeli 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 AgreementsIsraeli Trade Act”:
Canadian or Israeli End Products:
Line Item No.
Country of Origin
______________
_________________
______________
_________________
______________
_________________
[List as necessary]
(4) Buy AmericanFree Trade AgreementsIsraeli Trade Act Certificate, Alternate III. If
Alternate III to the clause at 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 Free Trade Agreement
country end products (other than Bahrainian, Korean, 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, Korean, Moroccan,
Omani, Panamanian, or Peruvian End Products) or Israeli End Products:
Line Item No.
Country of Origin
______________
_________________
______________
_________________
______________
_________________
[List as necessary]
(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade
Agreements, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii)
of this provision, is a U.S.-made or designated country end product, as defined in the clause of
this solicitation entitled “Trade Agreements.”
(ii) The offeror shall list as other end products those end products that are not U.S.-made
or designated country end products.
Other End Products:
Line Item No.
Country of Origin
______________
_________________
______________
_________________
______________
_________________
[List as necessary]
(iii) The Government will evaluate offers in accordance with the policies and procedures
of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers
of U.S.-made or designated country end products without regard to the restrictions of the Buy
American statute. The Government will consider for award only offers of U.S.-made or
designated country end products unless the Contracting Officer determines that there are no
offers for such products or that the offers for such products are insufficient to fulfill the
requirements of the solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if
the contract value is expected to exceed the simplified acquisition threshold.) The offeror
certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals—
(1) □ Are, □ are not presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency;
(2) □ Have, □ have not, within a three-year period preceding this offer, been convicted of or
had a civil judgment rendered against them for: commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a Federal, state or local
government contract or subcontract; violation of Federal or state antitrust statutes relating to the
submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, tax evasion, violating Federal criminal tax laws,
or receiving stolen property;
(3) □ Are, □ are not presently indicted for, or otherwise criminally or civilly charged by a
Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of
this clause; and
(4) □ Have, □ have not, within a three-year period preceding this offer, been notified of any
delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains
unsatisfied.
(i) Taxes are considered delinquent if both of the following criteria apply:
(A) The tax liability is finally determined. The liability is finally determined if it has
been assessed. A liability is not finally determined if there is a pending administrative or judicial
challenge. In the case of a judicial challenge to the liability, the liability is not finally determined
until all judicial appeal rights have been exhausted.
(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the
taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is
not delinquent in cases where enforced collection action is precluded.
(ii) Examples.
(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212,
which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a
delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review,
this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax
liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to
request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal
to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the
taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior
opportunity to contest the liability. This is not a delinquent tax because it is not a final tax
liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the
taxpayer has exercised all judicial appeal rights.
(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159.
The taxpayer is making timely payments and is in full compliance with the agreement terms. The
taxpayer is not delinquent because the taxpayer is not currently required to make full payment.
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent
because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive
Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being
acquired under this solicitation that are included in the List of Products Requiring Contractor
Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]
(1) Listed end products.
Listed End Product
Listed Countries of Origin
___________________
___________________
___________________
___________________
(2) Certification. [If the Contracting Officer has identified end products and countries of
origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or
(i)(2)(ii) by checking the appropriate block.]
□ (i) The offeror will not supply any end product listed in paragraph (i)(1) of this
provision that was mined, produced, or manufactured in the corresponding country as listed for
that product.
□ (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision
that was mined, produced, or manufactured in the corresponding country as listed for that
product. The offeror certifies that it has made a good faith effort to determine whether forced or
indentured child labor was used to mine, produce, or manufacture any such end product
furnished under this contract. On the basis of those efforts, the offeror certifies that it is not
aware of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the
acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate
whether the place of manufacture of the end products it expects to provide in response to this
solicitation is predominantly
(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.
(k) Certificates regarding exemptions from the application of the Service Contract Labor
Standards (Certification by the offeror as to its compliance with respect to the contract also
constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt
services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2)
applies.]
□ (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-
4(c)(1). The offeror □ does □ does not certify that
(i) The items of equipment to be serviced under this contract are used regularly for other
than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of
an exempt subcontract) in substantial quantities to the general public in the course of normal
business operations;
(ii) The services will be furnished at prices which are, or are based on, established catalog
or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such
equipment; and
(iii) The compensation (wage and fringe benefits) plan for all service employees
performing work under the contract will be the same as that used for these employees and
equivalent employees servicing the same equipment of commercial customers.
□ (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror □ does □ does not
certify that
(i) The services under the contract are offered and sold regularly to non-Governmental
customers, and are provided by the offeror (or subcontractor in the case of an exempt
subcontract) to the general public in substantial quantities in the course of normal business
operations;
(ii) The contract services will be furnished at prices that are, or are based on, established
catalog or market prices (see FAR 22.1003-4(d)(2)(iii));
(iii) Each service employee who will perform the services under the contract will spend
only a small portion of his or her time (a monthly average of less than 20 percent of the available
hours on an annualized basis, or less than 20 percent of available hours during the contract
period if the contract period is less than a month) servicing the Government contract; and
(iv) The compensation (wage and fringe benefits) plan for all service employees
performing work under the contract is the same as that used for these employees and equivalent
employees servicing commercial customers.
(3) If paragraph (k)(1) or (k)(2) of this clause applies
(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the
Contracting Officer did not attach a Service Contract Labor Standards wage determination to the
solicitation, the offeror shall notify the Contracting Officer as soon as possible; and
(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to
execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting
Officer as required in paragraph (k)(3)(i) of this clause.
(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if
the offeror is required to provide this information to SAM to be eligible for award.)
(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of
this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d),
reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations
issued by the Internal Revenue Service (IRS).
(2) The TIN may be used by the Government to collect and report on any delinquent
amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If
the resulting contract is subject to the payment reporting requirements described in FAR 4.904,
the TIN provided hereunder may be matched with IRS records to verify the accuracy of the
offeror’s TIN.
(3) Taxpayer Identification Number (TIN).
□ TIN: ________________________________.
□ TIN has been applied for.
□ TIN is not required because:
□ Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not
have income effectively connected with the conduct of a trade or business in the United States
and does not have an office or place of business or a fiscal paying agent in the United States;
□ Offeror is an agency or instrumentality of a foreign government;
□ Offeror is an agency or instrumentality of the Federal Government.
(4) Type of organization.
□ Sole proprietorship;
□ Partnership;
□ Corporate entity (not tax-exempt);
□ Corporate entity (tax-exempt);
□ Government entity (Federal, State, or local);
□ Foreign government;
□ International organization per 26 CFR 1.6049-4;
□ Other ________________________________.
(5) Common parent.
□ Offeror is not owned or controlled by a common parent;
□ Name and TIN of common parent:
Name ________________________________.
TIN _________________________________.
(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies
that the offeror does not conduct any restricted business operations in Sudan.
(n) Prohibition on Contracting with Inverted Domestic Corporations.
(1) 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.
(2) Representation. The Offeror represents that—
(i) It □ is, □ is not an inverted domestic corporation; and
(ii) It □ is, □ is not a subsidiary of an inverted domestic corporation.
(o) Prohibition on contracting with entities engaging in certain activities or transactions
relating to Iran.
(1) The offeror shall e-mail questions concerning sensitive technology to the Department of
State at CISADA106@state.gov.
(2) Representation and Certifications. Unless a waiver is granted or an exception applies as
provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror—
(i) Represents, to the best of its knowledge and belief, that the offeror does not export any
sensitive technology to the government of Iran or any entities or individuals owned or controlled
by, or acting on behalf or at the direction of, the government of Iran;
(ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not
engage in any activities for which sanctions may be imposed under section 5 of the Iran
Sanctions Act; and
(iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not
knowingly engage in any transaction that exceeds $3,500 with Iran’s Revolutionary Guard Corps
or any of its officials, agents, or affiliates, the property and interests in property of which are
blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.)
(see OFAC’s Specially Designated Nationals and Blocked Persons List
at https://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx).
(3) The representation and certification requirements of paragraph (o)(2) of this provision
do not apply if—
(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a
comparable agency provision); and
(ii) The offeror has certified that all the offered products to be supplied are designated
country end products.
(p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement
to be registered in SAM or a requirement to have a unique entity identifier in the solicitation.
(1) 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 (2) and if applicable, paragraph (3) of this provision for each participant in
the joint venture.
(2) If the Offeror indicates “has” in paragraph (p)(1) 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.
(3) If the Offeror indicates “yes” in paragraph (p)(2) 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)
(q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony
Conviction under any Federal Law.
(1) 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—
(i) 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
(ii) 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.
(2) The Offeror represents that
(i) 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
(ii) It is □ is not □ a corporation that was convicted of a felony criminal violation under a
Federal law within the preceding 24 months.
(r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16,
Commercial and Government Entity Code Reporting.)
(1) 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.
(2) If the Offeror has indicated “is” in paragraph (r)(1) 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)
(s) [Reserved].
(t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all
solicitations that require offerors to register in SAM (12.301(d)(1)).
(1) This representation shall be completed if the Offeror received $7.5 million or more in
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.
(2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)].
(i) The Offeror (itself or through its immediate owner or highest-level owner) □ does, □
does not publicly disclose greenhouse gas emissions, i.e., makes 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.
(ii) 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 accessible website a target to reduce absolute emissions or emissions
intensity by a specific quantity or percentage.
(iii) A publicly accessible website includes the Offeror’s own website or a recognized,
third-party greenhouse gas emissions reporting program.
(3) If the Offeror checked “does” in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision,
respectively, the Offeror shall provide the publicly accessible website(s) where greenhouse gas
emissions and/or reduction goals are reported:_________________.
(u)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in
subsequent appropriations acts (and as extended in continuing resolutions), Government agencies
are not permitted to use appropriated (or otherwise made available) funds for contracts with an
entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or
abuse to sign internal confidentiality agreements or statements prohibiting or otherwise
restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse
to a designated investigative or law enforcement representative of a Federal department or
agency authorized to receive such information.
(2) The prohibition in paragraph (u)(1) of this provision does not contravene requirements
applicable to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414
(Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a
Federal department or agency governing the nondisclosure of classified information.
(3) Representation. By submission of its offer, the Offeror represents that it will not require
its employees or subcontractors to sign or comply with internal confidentiality agreements or
statements prohibiting or otherwise restricting such employees or subcontractors from lawfully
reporting waste, fraud, or abuse related to the performance of a Government contract to a
designated investigative or law enforcement representative of a Federal department or agency
authorized to receive such information (e.g., agency Office of the Inspector General).
(End of provision)
THE FOLLOWING DOSAR PROVISION IS PROVIDED IN FULL TEXT:
652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999)
(a) Definitions. As used in this provision:
Foreign person means any person other than a United States person as defined below.
United States person means any United States resident or national (other than an
individual resident outside the United States and employed by other than a United States person),
any domestic concern (including any permanent domestic establishment of any foreign concern),
and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any
domestic concern which is controlled in fact by such domestic concern, as provided under the
Export Administration Act of 1979, as amended.
(b) Certification. By submitting this offer, the offeror certifies that it is not:
(1) Taking or knowingly agreeing to take any action, with respect to the
boycott of Israel by Arab League countries, which Section 8(a) of the
Export Administration Act of 1979, as amended (50 U.S.C. 2407(a))
prohibits a United States person from taking; or,
(2) Discriminating in the award of subcontracts on the basis of religion.