36
TABLE OF CONTENTS Section 1 - The Schedule SF 1449 cover sheet Continuation To SF-1449, RFQ Number SUG50017R0023 Prices, Block 23 Continuation To SF-1449, RFQ Number SUG50017R0023, Schedule Of Supplies/Services, Block 20 Description/Specifications/Work Statement Exhibit A - List of Tasks to be Performed (Statement of Work) and Equipment List 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 Section 4 - Evaluation Factors Evaluation Factors Section 5 - Representations and Certifications Offeror Representations and Certifications Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in Part 12

TABLE OF CONTENTS - U.S. Embassy in Uganda...5 FG Wilson 1 Semi Annual 2 5-A FG Wilson 1 Annual 1 6 Volvo 1 Semi Annual 2 6-A Volvo 1 Annual 1 ... necessary repairs or parts will be

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

  • TABLE OF CONTENTS

    Section 1 - The Schedule

    SF 1449 cover sheet

    Continuation To SF-1449, RFQ Number SUG50017R0023 Prices, Block 23

    Continuation To SF-1449, RFQ Number SUG50017R0023, Schedule Of Supplies/Services, Block 20

    Description/Specifications/Work Statement

    Exhibit A - List of Tasks to be Performed (Statement of Work) and Equipment List

    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

    Section 4 - Evaluation Factors

    Evaluation Factors

    Section 5 - Representations and Certifications

    Offeror Representations and Certifications

    Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in Part 12

  • SECTION 1 - THE SCHEDULE

    1.0 DESCRIPTION

    The American Embassy in Kampala, Uganda requires preventive maintenance services for

    seven (7) generators from various manufacturers (e.g., Cummins, Cummins/Onan, Perkins,

    Volvo, and FG Wilson/Caterpillar). These services shall result in all systems being serviced

    under this agreement being in good operational condition when activated.

    1.1. TYPE OF CONTRACT

    This is a firm fixed price contract payable entirely in U.S. currency. Prices for all Contract Line

    Item Numbers (CLIN) shall include proper disposal of toxic substances as per Item 8.4 where

    applicable. No additional sums will be payable for any escalation in the cost of materials,

    equipment or labor, or because of the contractor's failure to properly estimate or accurately

    predict the cost or difficulty of achieving the results required. The contract price will not be

    adjusted due to fluctuations in currency exchange rates.

    1.2. PERIOD OF PERFORMANCE

    The contract will be for a period of one-year, with a maximum of four one-year optional periods

    of performance and will be expected to commence no later than July 03, 2017.

    2.0 PRICING

    The rates below include all costs associated with providing preventive maintenance services in

    accordance with the attached scope of work, and the manufacturer’s warranty including

    materials, labor, insurance (see FAR 52.228-4 and 52.228-5), overhead, profit and GST (if

    applicable).

    Currency for contract _________________________________

    2.1. Base Year. The Contractor shall provide the services shown below for the base period of the

    contract and continuing for a period of 12 months.

    CLIN Description Quantity of

    Equipment

    Types of

    services

    No. of

    Service

    Unit

    Price/Service Total per year

    1

    Cummins

    Generator 1 Semi Annual 2

    1-A

    Cummins

    Generator 1 Annual 1

    2 Perkins 1 Semi Annual 2

    2-A Perkins 1 Annual 1

    3 Cummins/ Onan 1 Semi Annual 2

  • 3-A Cummins/ Onan 1 Annual 1

    4 Cummins/ Onan 1 Semi Annual 2

    4-A Cummins/ Onan 1 Annual 1

    5 FG Wilson 1 Semi Annual 2

    5-A FG Wilson 1 Annual 1

    6 Volvo 1 Semi Annual 2

    6-A Volvo 1 Annual 1

    7 Cummins 1 Semi Annual 2

    7-A Cummins 1 Annual 1

    Total Base Year

    2.2. Option Year 1. The Contractor shall provide the services shown below for Option Year 1

    of the contract, and continuing for a period of 12 months.

    CLIN Description Quantity of

    Equipment

    Types of

    services

    No. of

    Service

    Unit

    Price/Service Total per year

    1

    Cummins

    Generator 1 Semi Annual 2

    1-A

    Cummins

    Generator 1 Annual 1

    2 Perkins 1 Semi Annual 2

    2-A Perkins 1 Annual 1

    3 Cummins/ Onan 1 Semi Annual 2

    3-A Cummins/ Onan 1 Annual 1

    4 Cummins/ Onan 1 Semi Annual 2

    4-A Cummins/ Onan 1 Annual 1

    5 FG Wilson 1 Semi Annual 2

    5-A FG Wilson 1 Annual 1

    6 Volvo 1 Semi Annual 2

    6-A Volvo 1 Annual 1

    7 Cummins 1 Semi Annual 2

    7-A Cummins 1 Annual 1

    Total Base Year

  • 2.3. Option Year 2. The Contractor shall provide the services shown below for Option Year

    2 of the contract, and continuing for a period of 12 months.

    CLIN Description Quantity of

    Equipment

    Types of

    services

    No. of

    Service

    Unit

    Price/Service Total per year

    1

    Cummins

    Generator 1 Semi Annual 2

    1-A

    Cummins

    Generator 1 Annual 1

    2 Perkins 1 Semi Annual 2

    2-A Perkins 1 Annual 1

    3 Cummins/ Onan 1 Semi Annual 2

    3-A Cummins/ Onan 1 Annual 1

    4 Cummins/ Onan 1 Semi Annual 2

    4-A Cummins/ Onan 1 Annual 1

    5 FG Wilson 1 Semi Annual 2

    5-A FG Wilson 1 Annual 1

    6 Volvo 1 Semi Annual 2

    6-A Volvo 1 Annual 1

    7 Cummins 1 Semi Annual 2

    7-A Cummins 1 Annual 1

    Total Base Year

    2.4. Option Year 3. The Contractor shall provide the services shown below for Option Year

    3 of the contract, and continuing for a period of 12 months.

    CLIN Description Quantity of

    Equipment

    Types of

    services

    No. of

    Service

    Unit

    Price/Service Total per year

    1

    Cummins

    Generator 1 Semi Annual 2

    1-A

    Cummins

    Generator 1 Annual 1

    2 Perkins 1 Semi Annual 2

    2-A Perkins 1 Annual 1

    3 Cummins/ Onan 1 Semi Annual 2

    3-A Cummins/ Onan 1 Annual 1

    4 Cummins/ Onan 1 Semi Annual 2

    4-A Cummins/ Onan 1 Annual 1

  • 5 FG Wilson 1 Semi Annual 2

    5-A FG Wilson 1 Annual 1

    6 Volvo 1 Semi Annual 2

    6-A Volvo 1 Annual 1

    7 Cummins 1 Semi Annual 2

    7-A Cummins 1 Annual 1

    Total Base Year

    2.5. Option Year 4. The Contractor shall provide the services shown below for

    Option Year 4 of the contract, and continuing for a period of 12 months.

    CLIN Description Quantity of

    Equipment

    Types of

    services

    No. of

    Service

    Unit

    Price/Service Total per year

    1

    Cummins

    Generator 1 Semi Annual 2

    1-A

    Cummins

    Generator 1 Annual 1

    2 Perkins 1 Semi Annual 2

    2-A Perkins 1 Annual 1

    3 Cummins/ Onan 1 Semi Annual 2

    3-A Cummins/ Onan 1 Annual 1

    4 Cummins/ Onan 1 Semi Annual 2

    4-A Cummins/ Onan 1 Annual 1

    5 FG Wilson 1 Semi Annual 2

    5-A FG Wilson 1 Annual 1

    6 Volvo 1 Semi Annual 2

    6-A Volvo 1 Annual 1

    7 Cummins 1 Semi Annual 2

    7-A Cummins 1 Annual 1

    Total Base Year

    2.6. Total for all years: Base Year ______________________

    Option Year 1 ______________________

    Option Year 2 ______________________

    Option Year 3 ______________________

    Option Year 4 ______________________

    TOTAL ______________________

  • 2.7 Repair option. Repairs are NOT included under this agreement (see 7.1.3) and are to be

    done outside this contract. However, we would like to have current labor rates in the event that

    there is an issue discovered during the preventive maintenance of the specified equipment. Please

    provide your current labor rates in the Repair Option fields below. As stated in 7.1.3 any

    necessary repairs or parts will be submitted for approval and then billed against a separate PO.

    The Contractor is not approved to do any additional work without approval.

    Repair Labor Rates

    Base Year _________________/hour

    Option Year 1 _________________/hour

    Option Year 2 _________________/hour

    Option Year 3 _________________/hour

    Option Year 4 _________________/hour

    3.0 NOTICE TO PROCEED

    After Contract award and submission of acceptable insurance certificates and copies of all

    applicable licenses and permits, the Contracting Officer will issue a Notice to Proceed. The

    Notice to Proceed will establish a date (a minimum of ten (10) days from date of Contract award

    unless the Contractor agrees to an earlier date) on which performance shall start.

    DESCRIPTION/SPECIFICATION/WORK STATEMENT

    4.0 EQUIPMENT AND PERFORMANCE REQUIREMENTS

    4.1. The American Embassy in Kampala, Uganda requires the Contractor to maintain the

    following systems in a safe, reliable and efficient operating condition. Please see equipment list

    included in Exhibit A for a more detailed description.

    1) Equipment Description

    Manufacturer Model Serial Number kWH kVA

    In-Service

    Date

    FG WILSON P200H E63004/001 160 200 1/1/2001

    CUMMINGS Unknown U31708W 11/3/2003

    PERKINS P200 C 67903A/001 160 200 1/1/2001

    VOLVO V160 Y52220/003 128 160 10/8/2016

    ONAN

    CORPORATION DFGB-4481679

    E000098621

    SPEC. G 550 687.5 1/1/2001

    CUMMINGS/ONAN 550DFGB-5396

    K050858245

    SPEC.K 550 687.5 1/3/2006

    CUMMINGS DFGB-4481679

    E000098622

    SPEC.G 550 687.5 1/1/2001

  • 4.2. The Contractor shall provide all necessary managerial, administrative and direct labor

    personnel, as well as all transportation, equipment, tools, supplies and materials required to

    perform inspection, maintenance, and component replacement as required to maintain the

    systems in accordance with this work statement. Under this Contract the Contractor shall

    provide:

    The services of trained and qualified technicians to inspect, adjust, and perform scheduled preventive maintenance.

    4.3. Performance Standards

    The UPS shall always be ready to provide backup power at all times in the event of power failure

    or reduction. The Contractor shall schedule all preventive maintenance work with the site

    Facility Manager to avoid disrupting the business operation of the Embassy.

    5.0 HOURS OF PERFORMANCE

    5.1. The Contractor shall maintain work schedules. The schedules shall take into

    consideration the hours that the staff can effectively perform their services without placing a

    burden on the security personnel of the Post. The Contractor shall deliver standard services

    between the hours of 07:30 AM and 4:30 PM Monday through Thursday and 07:30 AM to 12:15

    PM on Friday. No work shall be performed on US Government and local holidays. Below is a

    list of the holidays.

    Date Day Holiday Country

    January 2 Monday New Year's Day USA/Uganda

    January 16 Monday

    Birthday of Martin Luther King,

    Jr. USA

    January 26 Thursday NRM Liberation Day Uganda

    February 16 Thursday Archbishop Janani Luwum Day Uganda

    February 20 Monday Washington's Birthday USA

    March 8 Wednesday International Women's Day Uganda

    April 14 Friday Good Friday Uganda

    April 17 Monday Easter Monday Uganda

    May 1 Monday Labor Day Uganda

    May 29 Monday Memorial Day USA

    June 3 Saturday Martyr's Day Uganda

    June 9 Friday National Hero's Day Uganda

    June 26 Monday Eid al-Fitr Uganda

    July 4 Tuesday Independence Day USA

    September 1 Friday Eid al-Adhuha Uganda

    September 4 Monday Labor Day USA

    October 9 Monday Columbus Day/ Independence USA/Uganda

  • Day

    November

    10 Friday Veterans Day USA

    November

    23 Thursday Thanksgiving Day USA

    December 25 Monday Christmas Day Uganda

    December 26 Tuesday Boxing Day Uganda

    6.0 ACCESS TO GOVERNMENT BUILDINGS AND STANDARDS OF CONDUCT

    6.1 General. The Contractor shall designate a representative who shall supervise the Contractor’s technicians and be the Contractor’s liaison with the American Embassy. The

    Contractor’s employees shall be on-site only for contractual duties and not for any other business

    or purpose. Contractor employees shall have access to the equipment and equipment areas and

    will be escorted by Embassy personnel.

    6.2 Personnel Security. The Government reserves the right to deny access to U.S.-owned and

    U.S.-operated facilities to any individual. The Contractor shall provide the names, biographic

    data and police clearance on all Contractor personnel who shall be used on this Contract prior to

    their utilization. Submission of information shall be made within 10 days of award of contract.

    No technician will be allowed on site without prior authorization. Note: this may include

    cleared personnel if advance notice of visit is not given at least one week before the

    scheduled visit.

    6.2.1 Vehicles. Contractor vehicles will not be permitted inside the embassy compound without

    prior approval. If you need to have vehicle access please submit your vehicle information (Make,

    Model, License Plate #) along with a written justification as to why access is necessary. This

    should be submitted to the Facility Manager at least one (1) week prior to the visit.

    6.2.1 Government shall issue identity cards to Contractor personnel, after they are approved.

    Contractor personnel shall display identity card(s) on the uniform at all times while providing

    services under this contract. These identity cards are the property of the US Government. The

    Contractor is responsible for their return at the end of the contract, when an employee leaves

    Contractor service, or at the request of the Government. The Government reserves the right to

    deny access to U.S.-owned and U.S.-operated facilities to any individual.

    6. 3 Security Clearances. All Work under this contractor that are designated as non-CAA

    areas may be performed by un-cleared American or local workers. However, all work done in

    CAA and PCC areas shall be performed by cleared American Construction personnel as needed

    to complete the services. The Contractor shall work closely with the COR, the Post Facility

    Manager [FM] or the General Services Officer [GSO].

    6.4 Standards of Conduct

    6.4.1 General. The Contractor shall maintain satisfactory standards of employee competency,

    conduct, cleanliness, appearance, and integrity and shall be responsible for taking such

    disciplinary action with respect to employees as may be necessary. Each Contractor employee

  • shall adhere to standards of conduct that reflect credit on themselves, their employer, and the

    United States Government. The Government reserves the right to direct the Contractor to

    remove an employee from the worksite for failure to comply with the standards of conduct. The

    Contractor shall immediately replace such an employee to maintain continuity of services at no

    additional cost to the Government.

    6.4.2 Uniforms and Personal Equipment. The Contractor's employees shall wear clean, neat

    and complete uniforms when on duty. All employees shall wear uniforms approved by the

    Contracting Officer's Representative (COR). The Contractor shall provide, to each employee

    and supervisor, uniforms and personal equipment. The Contractor shall be responsible for the

    cost of purchasing, cleaning, pressing, and repair of the uniforms.

    6.4.3 Neglect of Duties. Neglect of duties shall not be condoned. This includes sleeping while

    on duty, unreasonable delays or failures to carry out assigned tasks, conducting personal affairs

    during duty hours and refusing to render assistance or cooperate in upholding the integrity of the

    worksite security.

    6.4.4 Disorderly Conduct. The Contractor shall not condone disorderly conduct, use of abusive

    or offensive language, quarreling, and intimidation by words, actions, or fighting. Also included

    is participation in disruptive activities that interfere with normal and efficient Government

    operations.

    6.4.5 Intoxicants and Narcotics. The Contractor shall not allow its employees while on duty to

    possess, sell, consume, or be under the influence of intoxicants, drugs or substances which

    produce similar effects.

    6.4.6 Criminal Actions. Contractor employees may be subject to criminal actions as allowed

    by law in certain circumstances. These circumstances include but are not limited to the

    following actions: falsification or unlawful concealment, removal, mutilation, or destruction of

    any official documents or records or concealment of material facts by willful omission from

    official documents or records; unauthorized use of Government property, theft, vandalism, or

    immoral conduct; unethical or improper use of official authority or credentials; security

    violations; organizing or participating in gambling in any form; and misuse of weapons.

    6.4.7 Key Control. The Contractor will not be issued any keys. The keys will checked out

    from Post 1 by a “Cleared American” escort on the day of service requirements.

    6.4.8 Notice to the Government of Labor Disputes. The Contractor shall inform the COR of

    any actual or potential labor dispute that is delaying or threatening to delay the timely

    performance of this contract.

  • 7.0 SCHEDULED PREVENTIVE MAINTENANCE

    7.1. General

    7.1.1. The Contractor shall perform preventive maintenance as outlined in Exhibit A -

    STATEMENT OF WORK. The objective of scheduled preventive maintenance is to eliminate

    system malfunction, breakdown and deterioration when units are activated/running.

    7.1.2. The Contractor shall inventory, supply and replace expendable parts (e.g., filters, belts,

    hoses, gaskets) that have become worn down due to wear and tear. The Contractor shall maintain

    a supply of expendable and common parts on site so that these are readily available for normal

    maintenance to include: hoses, belts, oil, chemicals, coolant, filters (Air, Fuel, Oil), grease,

    sealant, thermostat, fuses; in addition to the appropriate tools, testing equipment, safety shoes

    and apparel for technicians, personal protective equipment (hands, hearing, eye protection),

    MSDS, cleaning material and oil spill containment kits. The contractor should inventory the

    supply after each visit and order replacement supplies and have them delivered on site.

    7.1.3. Exclusion. This contract does NOT include repair of equipment and replacement of

    hardware (eg bearings, pistons, piston rings, crankshaft, gears.) Hardware replacements will

    be separately priced out by the Contractor for the Government’s approval and acceptance. The Government has the option to accept or reject the Contractor’s quote for parts and reserves

    the right to obtain similar spare parts from other competitive sources. If required by the

    Government, the Contractor shall utilize Government-purchased spare parts, if awarded the

    work. Such repairs/replacements will be accomplished by a separate purchase order. However,

    this exclusion does not apply if the repair is to correct damage caused by Contractor negligence.

    7.1.4. Replacement/repair of any electronic or electrical parts must be approved by the COR

    prior to installation of the part. If the Contractor proceeds to replace any electronic or electrical

    parts without COR approval, the Contractor shall de-install the parts at no cost to the

    Government.

    7.2 Checklist Approval

    The Contractor shall submit to the COR a schedule and description of preventive maintenance

    tasks which the Contractor plans to provide. The Contractor shall prepare this schedule and task

    description in a checklist format for the COR’s approval prior to contract work commencement.

    7.2.1. The Contractor shall provide trained technicians to perform the service at frequencies

    stated in Exhibit A and on the equipment called out in this SOW. The technician shall sign off

    on every item of the checklist and leave a copy of this signed checklist with the COR or the

    COR's designate after the maintenance visit.

    7.2.2. It is the responsibility of the Contractor to perform all manufacturers’ recommended

    preventive maintenance as well as preventive maintenance recommended by the manufacture

    technical manuals for the respective equipment.

  • 8.0 PERSONNEL, TOOLS, CONSUMABLE MATERIALS AND SUPPLIES

    The Contractor shall provide trained technicians with the appropriate tools and testing equipment

    for scheduled maintenance, safety inspection, and safety testing as required by this Contract.

    The Contractor shall provide all of the necessary materials and supplies to maintain, service,

    inspect and test all the systems to be maintained.

    8.1 Contractor furnished materials will include but not limited to appropriate tools, testing

    equipment, safety shoes and apparel for technicians, hands, hearing and eye protection, MSDS,

    cleaning material and oil spill containment kit. Expendable/consumable items (e.g. hoses, belts,

    oil, chemicals, coolant, filters (Air, Fuel, Oil), generator starting batteries, grease, sealant,

    thermostat, fuse), will be maintained in the onsite inventory. See 7.1.2.

    8.3 Repairs. Repairs are not included in this contract. See Item 7.1.3. Exclusions.

    8.4. Disposal of used oil, fuel, battery and other toxic substances. The Contractor is

    responsible for proper disposal of toxic/hazardous substances. All material shall be disposed of

    according to Government and Local law. After proper disposal the contractor must show proof of

    authorized disposal of these toxic/hazardous substances.

    9.0. Oil Testing and Analysis. The Contractor shall perform laboratory testing by taking

    samples and sending them to a certified lab. Testing should follow all manufacturer’s

    recommendations.

    10. DELIVERABLES

    The following items shall be delivered under this contract:

    Description QTY Delivery Date Deliver to

    Names, biographic data, police clearance

    on Contractor personnel (#6.2)

    1 10 days after contract award COR

    Certificate of Insurance (#10.2) 1 10 days after contract award CO

    Certification of disposal of toxic

    chemicals by local authorities (#8.4)

    1 After each change CO

    Checklist signed by Contractor’s

    employee (#7.2.1)

    1 After completion of each

    maintenance service

    COR

    Oil Testing and Analysis (#9.0) 3 After completion of each

    annual service

    COR

    Invoice (#15) 1 After completion of each

    maintenance service

    COR

  • 11.0 INSURANCE REQUIREMENTS

    11.1 Personal Injury, Property Loss or Damage (Liability). The Contractor assumes absolute responsibility and liability for any and all personal injuries or death and property damage or losses suffered due to negligence of the Contractor’s personnel in the performance of this Contract The Contractor’s assumption of absolute liability is independent of any insurance policies. 11.2 Insurance. The Contractor, at its own expense, shall provide and maintain during the entire period of performance of this Contract, whatever insurance is legally necessary. The Contractor shall carry the following minimum insurance: Bodily Injury, on or off the site, in U.S. dollars Per Occurrence $10,000 Cumulative $50,000 Public Liability Insurance Property Damage $10,000 Cumulative $10,000 The foregoing types and amounts of insurance are the minimum required. The contractor shall obtain any other types of insurance as required by local law or at the ordinarily or customarily obtained in the location of the work. The limit of such insurance shall be as provided by law or sufficient to meet normal and customary claims. The Contractor agrees that the U.S. Government shall not be responsible for personal injuries or for damages to any property of the Contractor, its officers, agents, servants, and employees, or any other person arising from an incident to the Contractor’s performance of this contract. The Contractor shall hold harmless and indemnify the U.S. Government from any and all claims arising therefrom, expect in the instance of gross negligence on the part of the U.S. Government. The Contractor shall obtain adequate insurance for damage to, or theft of, materials and equipment in insurance coverage for loose transit to the site or in storage on or off the site. The general liability policy required of the Contractor shall name, “the United States of America, acting by and through the Department of State”, as an additional insured with respect to operations performed under this contract. Workers’ Compensation and Employer’s Liability 11.3 Worker's Compensation Insurance. The Contractor agrees to provide all employees with worker's compensation benefits as required under local laws (see FAR 52.228-4 “Worker’s Compensation and War-Hazard Insurance Overseas”). 12.0 LOCAL LAW REGISTRATION

    If the local law or decree requires that one or both parties to the contract register the contract

    with the designated authorities to insure compliance with this law or decree, the entire burden of

  • this registration shall rest upon the Contractor. Any local or other taxes which may be assessed

    against the Contract shall be payable by the Contractor without Government reimbursement.

    13.0 QUALITY ASSURANCE PLAN (QAP).

    13.1 Plan. This plan is designed to provide an effective surveillance method to promote

    effective Contractor performance. The QAP 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 conduct quality

    assurance to ensure that Contract standards are achieved.

    Performance Objective PWS Para Performance Threshold

    Services.

    Performs all services set forth in the

    performance work statement (PWS)

    1 thru 12 All required services are

    performed and no more than one

    (1) customer complaint is

    received per month

    13.2 Surveillance. The COR will receive and document all complaints from Government

    personnel regarding the services provided. If appropriate, the COR will send the complaints to

    the Contractor for corrective action.

    13.3 Standard. The performance standard is that the Government receives no more than one (1)

    customer complaint per month. The COR shall notify the Contracting Officer of the complaints

    so that the Contracting Officer may take appropriate action to enforce the inspection clause (FAR

    52.212-4, Contract Terms and Conditions-Commercial Items), if any of the services exceed the

    standard.

    13.4. Procedures.

    13.4.1 If any Government personnel observe unacceptable services, either incomplete work or

    required services not being performed, they should immediately contact the COR.

    13.4.2 The COR will complete appropriate documentation to record the complaint.

    13.4.3 If the COR determines the complaint is invalid, the COR will advise the complainant.

    The COR will retain the annotated copy of the written complaint for his/her files.

    13.4.4 If the COR determines the complaint is valid, the COR will inform the Contractor and

    give the Contractor additional time to correct the defect, if additional time is available. The COR

    shall determine how much time is reasonable.

    13.4.5 The COR shall, as a minimum, orally notify the Contractor of any valid complaints.

  • 13.4.6 If the Contractor disagrees with the complaint after investigation of the site and

    challenges the validity of the complaint, the Contractor will notify the COR. The COR will

    review the matter to determine the validity of the complaint.

    13.4.7 The COR will consider complaints as resolved unless notified otherwise by the

    complainant.

    13.4.8. Repeat customer complaints are not permitted for any services. If a repeat customer

    complaint is received for the same deficiency during the service period, the COR will contact the

    Contracting Officer for appropriate action under the Inspection clause.

    14. TRANSITION PLAN/CONTACTS

    Within 30 days after contract award, the Contracting Officer may ask the contractor to develop a

    plan for preparing the contractor to assume all responsibilities for preventive maintenance

    services. The plan shall establish the projected period for completion of all clearances of

    contractor personnel, and the projected start date for performance of all services required under

    this contract. The plan shall assign priority to the selection of all supervisors to be used under

    the contract.

    14.1 On site contact. The following are the designated contact personnel between the US

    Embassy and the Contractor

    -Facility Manager

    -Generator Technician

    15. SUBMISSION OF INVOICES

    The Contractor shall submit an invoice after each preventive maintenance service has been

    performed. Invoices must be accompanied by a signed copy of the Maintenance Checklist for

    the work performed including parts replacement and break down calls, if any. No invoice for

    preventive maintenance services will be considered for payment unless accompanied by the

    relevant documentation.

    The Contractor should expect payment 30 days after completion of service or 30 days after

    receipt of invoice at the Embassy's payment office, whichever is later. Invoices shall be sent to:

    Financial Management Officer

    Embassy of the United States

    Plot 1577, Ggaba Road Nsambya

    Kampala, Uganda

    Tel. +256 414 306001

  • Exhibit A - - STATEMENT OF WORK

    I. GENERAL INFORMATION:

    The United States Embassy in Kampala, Uganda requires professional services and contractor

    cost proposals to perform preventive maintenance services of the facility’s emergency generator

    systems.

    II. PROJECT REQUIREMENTS:

    DESCRIPTION OF EQUIPMENT *:

    *Please see attachment at the end of this sheet for more details

    Manufacturer Model Serial Number kWH kVA In-Service Date

    FG WILSON P200H E63004/001 160 200 1/1/2001

    CUMMINGS Unknown U31708W 11/3/2003

    PERKINS P200 C 67903A/001 160 200 1/1/2001

    VOLVO V160 Y52220/003 128 160 10/8/2016

    ONAN

    CORPORATION DFGB-4481679

    E000098621

    SPEC. G 550 687.5 1/1/2001

    CUMMINGS/ONAN 550DFGB-5396

    K050858245

    SPEC.K 550 687.5 1/3/2006

    CUMMINGS DFGB-4481679

    E000098622

    SPEC.G 550 687.5 1/1/2001

    III. GENERAL REQUIREMENTS:

    The contractor will be responsible for labor and materials (see 7.1.2) required to carry out all

    preventive maintenance as outlined in this SOW. Embassy staff have service manuals for all

    Generators and ATS’s on-site.

    IV. SCOPE OF WORK - - GENERATOR PREVENTIVE MAINTENANCE

    The contractor shall provide all materials, supervision, labor, tools, and equipment to perform

    preventive maintenance. All personnel working in the vicinity shall wear and /or use safety

    protection while work is performed. Any questions or injuries shall be brought to the attention

    of the Post Occupation Safety and Health Officer (POSHO). Material Safety Data Sheets

    (MSDS) shall be provided by the contractor for all HAZMAT materials. Copies will be provided

    to the COR for approval.

  • If any discrepancies are found with the generator systems that are not covered under this scope of

    work, the contractor must provide the following:

    1. Detailed report noting the discrepancy found. 2. Bill of Materials (BOM) to include component name, quantity, part #, and price for any

    repair material required and material lead time.

    3. Price quote for repair labor.

    At a minimum, the following work must be completed:

    Notes:

    Contractor must submit to the Contracting Officer’s Representative (COR) for review, work sheet/checklist that will be used for performing maintenance service.

    COR must immediately be made aware of any condition discovered that could result in equipment failure.

    Test and inspection report shall be submitted to the COR within three days of completing work.

    Laboratory report for all chemicals (oil, coolant or fuel analysis) shall be submitted to the COR.

    Maintenance Interval Schedule

    (Standby Generators)

    Notes:

    This is a basic generic list. Manufacturers recommendations should be followed and supersede recommendations in this list. If available, the manufacturer’s maintenance

    schedule can be taken directly from equipment operations and maintenance manual and

    placed here.

    Generators experiencing periods of prime usage and those operating in in severe environments may require more frequent maintenance.

    Before each consecutive interval is performed, all maintenance from the previous intervals must be performed.

    A. Semi-Annual Schedule 1. Conduct visual inspection around generator.

    Check for evidence of leaks, damage, loose or missing hardware.

    Inspect engine and generator wiring harness for wear and damages.

    Inspect supports and spring isolators for soundness and stability.

    Inspect unit for corrosion.

    Hoses and Clamps - Inspect/Replace if needed.

    Belts - Inspect/Adjust/Replace if needed.

    Inspect all fuel, oil, and water piping for secure mounting.

    Inspect exhaust piping and muffler insulation.

  • 2. Batteries.

    Battery charger – Inspect operation and clean.

    Battery electrolyte level and specific gravity – Check and adjust. Add distilled water as needed.

    Perform battery load test.

    Clean battery terminals and lugs (apply grease on terminal connections). 3. Fluids and Filters.

    Cooling System Coolant Level - Check and adjust.

    Coolant conditioner (DCA/SCA) – Check and adjust to specs.

    Jacket Water Heater - Check proper operation.

    Engine Oil Level - Check and add if needed.

    Fuel/water separators – Drain water.

    Engine Air Cleaner Service Indicator – Check, clean filter if needed. 4. Generator Room.

    Fuel tanks – Inspect and treat fuel if needed, check fuel level, drain water and sediment.

    Automatic fuel system -Check operation and control panel.

    Space Heater/Room exhaust fan - Check for proper operation.

    Air intake/exhaust – Ensure nothing obstructs airflow; louvers are free and operate properly.

    Exhaust condensate trap – drain condensate. 5. Control Panel.

    Electrical Connections - Check tightness

    Clean and remove dust from panel. 6. ATS.

    Clean and remove dust.

    Inspect seals.

    Note date of last battery change. (Replace if 2 years or older).

    Tighten connections.

    Check for hot spots. 7. Run unit – No load.

    Run the generator with no load for 15 minutes. Remote Start Panel-Inspect and test operation. Inspect and clean. Check the generator for unusual conditions, such as: excessive vibration,

    leaks, excessive smoke.

    Verify all gauges and indicators are normal and functioning properly. Check all indication lights, replace any defective bulbs.

    8. Start unit and run under load for 1 hour.

    Note: Unit should be run under facility load if permissible. If not, unit should be run with a minimum 80% load with load bank.

    Automatic Start/Stop – Inspect.

    Check ATS operations and calibrate TDES, TDNE, TDEN, TDEC if necessary. Observe and record retransfer/cool down time.

    Check automatic open and close shutter-stats and thermatic fans.

    Generator Set Vibration – Inspect.

  • Read and record all gauges/meters.

    Record load readings – Voltage, amps, frequency, power factor.

    Check exhaust for excessive black or white smoke.

    Check turbocharger for vibrations or any abnormal noise during operation.

    Check generator bearing for noise and overheating.

    Check exhaust manifold, muffler, and piping for leaks and secure mountings. 9. Additional.

    Ensure Generator/ATS is left in proper position for automatic start and transfer.

    Clean generator and generator room. Wash radiator if necessary.

    Annotate date, hours and maintenance in Generator log, fill out maintenance checklist and report deficiencies to COR.

    Perform any additional maintenance tasks as recommended in the manufacture’s operation and maintenance manuals.

    Submit Service Inspection and Test Report to COR.

    B. Annual Schedule

    1. Conduct Semi-Annual PM service 2. Engine Air Cleaner Elements – Replace. 3. Engine Crankcase Breather – Clean. 4. Engine Oil Sample - Obtain and perform analysis. Submit report to COR. 5. Engine Oil and Filter – Replace. 6. Fuel Filters and Water Separators – Replace. 7. Obtain fuel sample at day tank and storage tank for analysis. 8. Radiator – Clean (pressure wash). 9. Intake louvers and ducts – Inspect/Clean (pressure wash). 10. Fan Drive Bearing – Lubricate. 11. Magnetic Pickups - Clean/Inspect. 12. Cooling System Coolant Sample - Obtain 13. Cooling System Supplemental Coolant Additive (SCA) - Test/Add 14. Coolant filter – Change if applicable 15. Crankshaft Vibration Damper - Inspect 16. Engine Protective Devices - Check 17. Engine Valve Lash - Inspect/Adjust 18. Turbocharger – Inspect/Check; Check end play and radial clearance on the turbine wheel

    and shaft.

    19. Clean and lubricate fuel pump linkages if applicable. 20. Fan bearing – Inspect/Grease. 21. Clean dust and vacuum all the controls, meters, switching mechanism components,

    interior buswork, Remote Start control panel, Annunciator and connecting lugs of the

    ATS.

    22. Inspect/Check buswork and supporting hardware for carbon tracking, cracks, corrosion, or any type of deterioration.

    23. Check all control wiring and power cables (especially wiring between or near hinged door) for sign of wear and deterioration.

    24. Check the cabinet interior for loose hardware – tighten connections.

  • C. 2 Year Maintenance Schedule:

    1. Conduct the Semi-annual and Annual PM Service. 2. Inspect water pump and seals; replace any worn or defective parts. 3. Clean and inspect the oil cooler. 4. Clean and inspect the after cooler. 5. Generator – Check for moisture, dust, oil, grease, and debris on main stator windings,

    exciter. Clean as needed

    6. Generator bearing – Inspect/Grease (or as recommended by manufacturer). 7. Service or replace the batteries in the Digital Module every two years. (as applicable)

    D. 3 Year Maintenance Schedule. 1. Cooling System Coolant – Flush system and replace coolant (Note CAT ELC coolant to

    be replaced every 12,000 hrs or 6 years).

    2. Cooling System thermostat – Replace 3. Belts and hoses – Replace 4. Batteries - Replace 5. Generator Main Stator Winding Temperature (if equipped with winding defectors) –

    Check and record main stator winding temperatures with engine under load. NOTE:

    Nominal temperature values for stand by units are 1800C (356

    0F) for the alarm and 205

    0C

    (4010F) for the shutdown.

    6. Generator Bearing and Bearing Bracket Temperature (If Equipped) – Check and record all bearing bracket temperatures with the engine under a load. NOTE: Nominal

    temperature values for the bearing bracket are 850C (185

    0F) for the alarm and 95

    0C

    (2030F) for the shutdown.

  • Equipment List:

    Manufacturer Model Serial Number kWH kVA In-Service Date Property ID

    FG WILSON P200H E63004/001 160 200 1/1/2001 98585 - GSO WAREHOUSE

    CUMMINGS Unknown U31708W 11/3/2003 98585 - GSO WAREHOUSE

    PERKINS P200 C 67903A/001 160 200 1/1/2001 98585 - GSO WAREHOUSE

    VOLVO V160 Y52220/003 128 160 10/8/2016 98585 - GSO WAREHOUSE

    ONAN

    CORPORATION DFGB-4481679

    E000098621

    SPEC. G 550 687.5 1/1/2001 5001 - CHANCERY

    CUMMINGS/ONAN 550DFGB-5396

    K050858245

    SPEC.K 550 687.5 1/3/2006 5003 - AID ANNEX

    CUMMINGS

    DFGB-4481679

    E000098622

    SPEC.G

    550 687.5 1/1/2001 5001 - CHANCERY

  • 2

    SECTION 2. CONTRACT CLAUSES

    52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

    This contract incorporates one or more clauses by reference, with the same force and effect as if they

    were given in full text. Upon request, the Contracting Officer will make their full text available. Also,

    the full text of a clause may be accessed electronically at this/these address (es):

    http://acquisition.gov/far/index.html or, http://farsite.hill.af.mil/search.htm

    These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not available at

    the locations indicated above, use the Dept. 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” (e.g., Yahoo, Excite, Alta Vista, etc.) to obtain the latest location of the most current FAR.

    FEDERAL ACQUISITION REGULATION (48 CFR CH. 1)

    Clause Title and Date

    52.204-9 PERSONAL IDENTIFICATION VERIFICATION OF CONTRACTOR

    PERSONNEL (JAN 2006)

    52.209-6 Protecting the Government's Interest When Subcontracting with

    Contractors Debarred, Suspended, or Proposed for Debarment

    (SEP 2006)

    52.213-4 Terms and Conditions-Simplified Acquisitions (Other than Commercial

    Items) (JUN 2010)

    52.222-1 Notice to the Government of Labor Disputes (FEB 1997)

    52.222-19 Child Labor – Cooperation with Authorities and Remedies (AUG 2009)

    52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009)

    52.225-10 Notice of Buy American Act/Balance of Payments Program—

    Construction Materials (FEB 2000)

    52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)

    52.225-14 Inconsistency Between English Version and Translation of

    Contract (AUG 1989)

    52.228-4 Workers’ Compensation and War-Hazard Insurance Overseas (APR 1984)

    52.228-5 Insurance - Work on a Government Installation (JAN 1997)

    52.228-11 Pledges of Assets (SEP 2009)

    52.228-13 Alternative Payment Protection (JUL 2000)

    52.229-6 Taxes - Foreign Fixed-Price Contracts (JUN 2003)

    52.232-5 Payments under Fixed-Price Construction Contracts (SEP 2002)

    52.232-8 Discounts for Prompt Payment (FEB 2002)

    52.232-11 Extras (APR 1984)

    52.232-18 Availability of Funds (APR 1984)

    52.232-24 Prohibition of Assignment of Claims (JAN 1986)

  • 3

    52.232-27 Prompt Payment for Construction Contracts (OCT 2008)

    52.232-34 Payment by Electronic Funds Transfer – Other than Central Contractor

    Registration (MAY 1999)

    52.233-1 Disputes (JUL 2002) Alternate I (DEC 1991)

    52.233-3 Protest after Award (AUG 1996)

    52.236-2 Differing Site Conditions (APR 1984)

    52.236-3 Site Investigation and Conditions Affecting the Work (APR 1984)

    52.236-5 Material and Workmanship (APR 1984)

    52.236-6 Superintendence by the Contractor (APR 1984)

    52.236-7 Permits and Responsibilities (NOV 1991)

    52.236-8 Other Contracts (APR 1984)

    52.236-9 Protection of Existing Vegetation, Structures,

    Equipment, Utilities, and Improvements (APR 1984)

    52.236-10 Operations and Storage Areas (APR 1984)

    52.236-11 Use and Possession Prior to Completion (APR 1984)

    52.236-12 Cleaning Up (APR 1984)

    52.236-14 Availability and Use of Utility Services (APR 1984)

    52.236-15 Schedules for Construction Contracts (APR 1984)

    52.236-21 Specifications and Drawings for Construction (FEB 1997)

    52.236-26 Preconstruction Conference (FEB 1995)

    52.242-14 Suspension of Work (APR 1984)

    52.243-4 Changes (JUNE 2007)

    52.243-5 Changes and Changed Conditions (APR 1984)

    52.244-6 Subcontracts for Commercial Items (AUG 2009)

    52.245-9 Use & Charges (JUNE 2007)

    52.246-12 Inspection of Construction (AUG 1996)

    52.246-21 Warranty of Construction (APR 1984)

    52.249-2 Termination for Convenience of the Government (Fixed-Price)

    (MAY 2004) Alternate I (APR 1984)

    52.249-14 Excusable Delay (APR 1984)

    52.249-10 Default (Fixed-Price Construction) (APR 1984)

    The following clauses are set forth in full text:

    DEPARTMENT OF STATE ACQUISITION REGULATION (DOSAR) CLAUSES

    652.204-70 DEPARTMENT OF STATE PERSONAL IDENTIFICATION CARD ISSUANCE

    PROCEDURES (AUG 2007)

    (a) The Contractor shall comply with the Department of State (DOS) Personal Identification Card

    Issuance Procedures for all employees performing under this contract who require frequent and

    continuing access to DOS facilities, or information systems. The Contractor shall insert this clause in all

  • 4

    subcontracts when the subcontractor’s employees will require frequent and continuing access to DOS

    facilities, or information systems.

    (b) The DOS Personal Identification Card Issuance Procedures may be accessed at

    http://www.state.gov/m/ds/rls/rpt/c21664.htm

    (End of clause)

    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.

    (End of clause)

    DOSAR 652.236-70 ACCIDENT PREVENTION (APR 2004)

    (a) General. The contractor shall provide and maintain work environments and procedures which

    will safeguard the public and Government personnel, property, materials, supplies, and

    equipment exposed to contractor operations and activities; avoid interruptions of Government

    operations and delays in project completion dates; and, control costs in the performance of this

    contract. For these purposes, the contractor shall:

    (1) Provide appropriate safety barricades, signs and signal lights;

    (2) Comply with the standards issued by any local government authority having jurisdiction over

    occupational health and safety issues; and,

    (3) Ensure that any additional measures the contracting officer determines to be reasonably

    necessary for this purpose are taken.

    http://www.state.gov/m/ds/rls/rpt/c21664.htm

  • 5

    (4) For overseas construction projects, the contracting officer shall specify in writing additional

    requirements regarding safety if the work involves:

    (i) Scaffolding;

    (ii) Work at heights above two (2) meters;

    (iii) Trenching or other excavation greater than one (1) meter in depth;

    (iv) Earth moving equipment;

    (v) Temporary wiring, use of portable electric tools, or other recognized electrical hazards.

    Temporary wiring and portable electric tools require the use of a ground fault circuit

    interrupter (GFCI) in the affected circuits; other electrical hazards may also require the

    use of a GFCI;

    (vi) Work in confined spaces (limited exits, potential for oxygen less that 19.5 percent or

    combustible atmosphere, potential for solid or liquid engulfment, or other hazards

    considered to be immediately dangerous to life or health such as water tanks, transformer

    vaults, sewers, cisterns, etc.);

    (vii) Hazardous materials – a material with a physical or health hazard including but not

    limited to, flammable, explosive, corrosive, toxic, reactive or unstable, or any operations

    which creates any kind of contamination inside an occupied building such as dust from

    demolition activities, paints, solvents, etc.; or

    (viii) Hazardous noise levels.

    (b) Records. The contractor shall maintain an accurate record of exposure data on all accidents

    incident to work performed under this contract resulting in death, traumatic injury, occupational

    disease, or damage to or theft of property, materials, supplies, or equipment. The contractor shall

    report this data in the manner prescribed by the contracting officer.

    (c) Subcontracts. The contractor shall be responsible for its subcontractors’ compliance with this

    clause.

    (d) Written program. Before commencing work, the contractor shall:

    (1) Submit a written plan to the contracting officer for implementing this clause. The plan shall

    include specific management or technical procedures for effectively controlling hazards

    associated with the project; and,

  • 6

    (2) Meet with the contracting officer to discuss and develop a mutual understanding relative to

    administration of the overall safety program.

    (e) Notification. The contracting officer shall notify the contractor of any non-compliance with

    these requirements and the corrective actions required. This notice, when delivered to the

    contractor or the contractor’s representative on site, shall be deemed sufficient notice of the non-

    compliance and corrective action required. After receiving the notice, the contractor shall

    immediately take corrective action. If the contractor fails or refuses to promptly take corrective

    action, the contracting officer may issue an order suspending all or part of the work until

    satisfactory corrective action has been taken. The contractor shall not be entitled to any

    equitable adjustment of the contract price or extension of the performance schedule on any

    suspension of work order issued under this clause.

    (End of clause)

    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.

    652.243-70 NOTICES (AUG 1999)

    Any notice or request relating to this contract given by either party to the other shall be in writing. Said

    notice or request shall be mailed or delivered by hand to the other party at the address provided in the

    schedule of the contract. All modifications to the contract must be made in writing by the contracting

    officer.

    652.229-71 PERSONAL PROPERTY DISPOSITION AT POSTS ABROAD (AUG 1999)

    Regulations at 22 CFR Part 136 require that U.S. Government employees and their families do not profit

    personally from sales or other transactions with persons who are not themselves entitled to exemption

    from import restrictions, duties, or taxes. Should the contractor experience importation or tax privileges

    in a foreign country because of its contractual relationship to the United States Government, the

    contractor shall observe the requirements of 22 CFR

    Part 136 and all policies, rules, and procedures issued by the chief of mission in that foreign country.

  • 7

    SECTION 3. SOLICITATION PROVISIONS

    A. QUALIFICATIONS OF OFFERORS

    Offerors/quoters must be technically qualified and financially responsible to perform the work described

    in this solicitation. At a minimum, each Offeror/Quoter must meet the following requirements:

    (1) Be able to understand written and spoken English;

    (2) Have an established business with a permanent address and telephone listing;

    (3) Be able to demonstrate prior construction experience associated with this Scope of Work with

    suitable references;

    (4) Have the necessary personnel, equipment and financial resources available to perform the work;

    (5) Have all licenses and permits required by local law;

    (6) Meet all local insurance requirements;

    (7) Have the ability to obtain or to post adequate performance security, such as bonds, irrevocable

    letters of credit or guarantees issued by a reputable financial institution;

    (8) Have no adverse criminal record; and

    (9) Have no political or business affiliation which could be considered contrary to the interests of the

    United States.

    B. SUBMISSION OF QUOTATIONS

    This solicitation is for the performance of the construction services described in SCOPE OF WORK,

    and the Attachments which are a part of this request for quotation.

    Each quotation must consist of the following:

    Volume Title No. of Copies*

    I Financial ___1____

    II Performance schedule in the form of a "bar ___1____

    chart" and Business Management/Technical

    Proposal.

    Submit the complete quotation to the address below, if mailed, or the address set forth below, if hand

    delivered.

    Contracting Officer,

    Embassy of the United States,

    Plot 1577 Ggaba Road,

    P.O. Box 7007

    Kampala, Uganda

    Tel. 256 414 306001

  • 8

    The Offeror/Quoter shall identify and explain/justify any deviations, exceptions, or conditional

    assumptions taken with respect to any of the instructions or requirements of this request for quotation in

    the appropriate volume of the offer.

    Volume II: Performance schedule and Business Management/Technical Proposal.

    (a) Present the performance schedule in the form of a "bar chart" indicating when the various

    portions of the work will be commenced and completed within the required schedule. This bar

    chart shall be in sufficient detail to clearly show each defined task of the work and its planned

    commencement and completion date.

    (b) The Business Management/Technical Proposal shall be in two parts, including the following

    information:

    Proposed Work Information - Provide the following:

    (1) A list of the names, addresses and telephone numbers of the owners, partners, and principal

    officers of the Offeror;

    (2) The name and address of the Offeror's field superintendent for this project;

    (3) A list of the names, addresses, and telephone numbers of subcontractors and principal materials

    suppliers to be used on the project, indicating what portions of the work will be performed by

    them; and,

    Experience and Past Performance - List all contracts and subcontracts your company has held over the

    past three years for the same or similar work. Provide the following information for each contract and

    subcontract:

    (1) Customer's name, address, and telephone numbers of customer's lead contract and technical

    personnel;

    (2) Contract number and type;

    (3) Date of the contract award place(s) of performance, and completion dates; Contract dollar value;

    (4) Brief description of the work, including responsibilities; and

    (5) Any litigation currently in process or occurring within last 5 years.

  • 9

    C. 52.236-27 SITE VISIT (FEB 1995)

    (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and

    Conditions Affecting the Work, will be included in any contract awarded as a result of this

    solicitation. Accordingly, Offerors or quoters are urged and expected to inspect the site where

    the work will be performed.

    (b) A site visit is scheduled for May 31, 2017 at 10:00am.

    (c) Participants will meet at:

    GSO WAREHOUSE,

    Kampala, Uganda

    D. MAGNITUDE OF CONSTRUCTION PROJECT

    Less than $25,000

    E. LATE QUOTATIONS.

    Late quotations shall be handled in accordance with the FAR

    F. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

    This contract incorporates the following provisions by reference, with the same force and effect as if

    they were given in full text. Upon request, the Contracting Officer will make their full text available.

    The offeror is cautioned that the listed provisions may include blocks that must be completed by the

    offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions,

    the offeror may identify the provision by paragraph identifier and provide the appropriate information

    with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically

    at:

    http://acquisition.gov/far/index.html/ or, http://farsite.hill.af.mil/search.htm

    These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not available at

    the locations indicated above, use of an Internet "search engine" (such as, Yahoo, Infoseek, Alta Vista,

    etc.) is suggested to obtain the latest location of the most current FAR.

    http://www.statebuy.state.gov

    FEDERAL ACQUISITION REGULATION (48 CFR CH. 1)

    52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004), which

    is incorporated by reference into this solicitation.

    http://farsite.hill.af.mil/search.htm

  • 10

    THE FOLLOWING DOSAR PROVISION IS PROVIDED IN FULL TEXT:

    (a) The Department of State has entered into a contract with an insurance carrier to provide Defense

    Base Act (DBA) insurance to Department of Sate covered contactor employees at a contracted rate.

    For the purposes of this provision, “covered contractor employees” includes the following

    individuals:

    (1) United States citizens or residents;

    (2) Individuals hired in the United States or its possessions, regardless of citizenship; and

    (3) Local nationals and third country nationals where contract performance takes place in a

    country where there are no local workers’ compensation laws.

    (b) In preparing the cost proposal, the bidder/offeror shall use the following rates in computing the cost

    for the DBA insurance:

    Construction @ $4.95 per $100 of compensation.

    (c) Offerors/Offerors shall compute the total compensation (direct salary plus differential, but

    excluding per diem, housing allowances) to be paid to covered contractor employees and the cost of

    DBA insurance in their bid/proposal using the foregoing rate. Offerors/Offerors shall include the

    estimated DBA insurance costs in their proposed fixed price or estimated cost. However, the DBA

    insurance costs shall be identified in a separate line item in the bid proposal.”

  • 11

    SECTION 4. EVALUATION FACTORS

    Award will be made to the lowest priced, acceptable, responsible quoter. The Government reserves the

    right to reject quotations that are unreasonably low or high in price.

    The Government will determine acceptability by assessing the offeror's compliance with the terms of the

    RFQ. The Government will determine responsibility by analyzing whether the apparent successful

    quoter complies with the requirements of FAR 9.1, including:

    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

    otherwise qualified and eligible to receive an award under applicable laws and regulations.

  • 12

    SECTION 5 - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF

    OFFERORS OR QUOTERS

    1 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998)

    (a) Definitions.

    "Common parent", as used in this provision, means that corporate entity that owns or

    controls an affiliated group of corporations that files its Federal income tax returns on a

    consolidated basis, and of which the offeror is a member.

    "Taxpayer Identification Number (TIN)", as used in this provision, means the number

    required by the IRS to be used by the offeror in reporting income tax and other returns. The TIN

    may be either a Social Security Number or an Employer Identification Number.

    (b) All Offerors must submit the information required in paragraphs (d)through (f) of this

    provision in order to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325 (d),

    reporting requirements of 26 USC 6041, 6041A, and 6050M and implementing regulations issued by the

    Internal Revenue Service (IRS). If the resulting contract is subject to the reporting requirements

    described in FAR 4.904, the failure or refusal by the offeror to furnish the information may result in a 31

    percent reduction of payments otherwise due under the contract.

    (c) 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 (3l USC 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.

    (d) 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 U.S. and

    does not have an office or place of business or a fiscal paying agent in the U.S.;

    [ ] Offeror is an agency or instrumentality of a foreign government;

    [ ] Offeror is an agency or instrumentality of the Federal Government.

    (e) 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;

  • 13

    [ ] Other ___________________________________________

    (f) Common Parent.

    [ ] Offeror is not owned or controlled by a common parent as defined in paragraph (a) of

    this clause.

    [ ] Name and TIN of common parent;

    Name _______________________________________________

    TIN ________________________________________________

    (End of provision)

    2 52.204-6 CONTRACTOR IDENTIFICATION NUMBER -DATA UNIVERSAL NUMBERING

    SYSTEM (DUNS) NUMBER (OCT 2003)

    (a) The offeror shall enter, in the block with its name and address on the cover page of its

    offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS number or DUNS+4 that identifies

    the offeror’s name and address exactly as stated in the offer. The DUNS number if a nine-digit number

    assigned by Dun and Bradstreet Information Services. The DUNS+4 is the DUNS number plus a 4-

    character suffix that may be assigned at the discretion of the offeror to establish additional CCR records

    for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same

    parent company.

    If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain

    one. An offeror may obtain a DUNS number-

    - If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the

    Internet at http://www.dnb.com; or

    - If located outside the United States, by contacting the local Dun and Bradstreet office.

    The offeror should be prepared to provide the following information:

    - Company legal business name.

    - Trade style, doing business, or other name by which your entity is commonly

    recognized.

    - Company physical street address, city, state and Zip Code.

    - Company mailing address, city, state and Zip Code (if separate from physical)

    - Company telephone number

    - Date the company was started.

    http://www.dnb.com/

  • 14

    - Number of employees at your location.

    - Chief executive officer/key manager.

    - Line of business (industry)

    - Company Headquarters name and address (reporting relationship within your

    entity).

    3 52.204-8 Annual Representations and Certifications. (FEB 2009)

    (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is

    __________________.

    (2) The small business size standard is $28.5Million.

    (3) The small business size standard for a concern which submits an offer in its own name, other

    than on a construction or service contract, but which proposes to furnish a product which it did not itself

    manufacture, is 500 employees.

    (b) (1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation,

    paragraph (d) of this provision applies.

    (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently

    registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph

    (d) of this provision instead of completing the corresponding individual representations and

    certifications in the solicitation. The offeror shall indicate which option applies by checking one of the

    following boxes:

    [ ] (i) Paragraph (d) applies.

    [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual

    representations and certifications in the solicitation.

    (c) (1) The following representations or certifications in ORCA are applicable to this solicitation as

    indicated:

    (i) 52.203-2, Certificate of Independent Price Determination Reserved

    (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal

    Transactions. This provision applies to solicitations expected to exceed $100,000.

    (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not

    include the clause at 52.204-7, Central Contractor Registration

    (iv) 52.204-5, Women-Owned Business (Other Than Small Business). Reserved

    (v) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to

    solicitations where the contract value is expected to exceed the simplified acquisition

    threshold.

    (vi) 52.214-14, Place of Performance—Sealed Bidding Reserved.

  • 15

    (vii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place

    of performance is specified by the Government.

    (viii) – (xii). Reserved

    (xiii) 52.223-1, Bio-based Product Certification. This provision applies to solicitations that

    require the delivery or specify the use of USDA–designated items; or include the

    clause at 52.223-2, Affirmative Procurement of Bio-based Products Under Service and

    Construction Contracts.

    (xiv) 52.223-4, Recovered Material Certification This provision applies to solicitations that

    are for, or specify the use of, EPA–designated items.

    (xv) 52.225-2, Buy American Act Certificate. This provision applies to solicitations

    containing the clause at 52.225-1.

    (xvi) 52.225-4, Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate.

    (Basic, Alternate I, and Alternate II) This provision applies to solicitations containing

    the clause at 52.225-3.

    (A) If the acquisition value is less than $25,000, the basic provision applies.

    (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision

    with its Alternate I applies.

    (C) If the acquisition value is $50,000 or more but is less than $67,826, the provision

    with its Alternate II applies.

    (xvii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations

    containing the clause at 52.225-5.

    (xviii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan—

    Certification.

    (xix) Reserved

    (d) The offeror has completed the annual representations and certifications electronically via the Online

    Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing

    the ORCA database information, the offeror verifies by submission of the offer that the representations

    and certifications currently posted electronically that apply to this solicitation as indicated in paragraph

    (c) of this provision have been entered or updated within the last 12 months, are current, accurate,

    complete, and applicable to this solicitation (including the business size standard applicable to the

    NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer

    by reference (see FAR 4.1201); except for the changes identified below [Offeror to insert changes,

    identifying change by clause number, title, date]. These amended representation(s) and/or

    certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date

    of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not

    result in an update to the representations and certifications posted on ORCA.

    (End of Clause)

  • 16

    4. 52.225-18 PLACE OF MANUFACTURE (SEPT 2006)

    (a) Definitions. As used in this clause—

    “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-

    9999, except—

    (1) FSC 5510, Lumber and Related Basic Wood Materials;

    (2) Federal Supply Group (FSG) 87, Agricultural Supplies;

    (3) FSG 88, Live Animals;

    (4) FSG 89, Food and Related Consumables;

    (5) FSC 9410, Crude Grades of Plant Materials;

    (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

    (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

    (8) FSC 9610, Ores;

    (9) FSC 9620, Minerals, Natural and Synthetic; and

    (10) FSC 9630, Additive Metal Materials.

    “Place of manufacture” means the place where an end product is assembled out of components,

    or otherwise made or processed from raw materials into the finished product that is to be provided to the

    Government. If a product is disassembled and reassembled, the place of reassembly is not the place of

    manufacture.

    (b) 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.

    5 AUTHORIZED CONTRACT ADMINISTRATOR

    If the offeror does not fill-in the blanks below, the official who signed the offer will be deemed to be the

    offeror's representative for Contract Administration, which includes all matters pertaining to payments.

    Name: _________________________________________________

    Address: _________________________________________________

    _________________________________________________

    Telephone Number: ________________________________________

  • 17

    6 652.228-70 DEFENSE BASE ACT – COVERED CONTRACTOR EMPLOYEES (JUN 2006)

    (a) Offerors/Offerors shall indicate below whether or not any of the following categories of

    employees will be employed on the resultant contract, and, if so, the number of such employees:

    Category Yes/No Number

    (1) United States citizens or residents

    (2) Individuals hired in the United States,

    regardless of citizenship

    (3) Local nationals or third country nationals

    where contract performance takes place in a

    country where there are no local workers’

    compensation laws

    Local nationals: ________

    Third Country Nationals:

    _________

    (4) Local nationals or third country nationals

    where contract performance takes place in a

    country where there are local workers’

    compensation laws

    Local nationals: ________

    Third Country Nationals:

    _________

    (b) The contracting officer has determined that for performance in the country of Uganda –

    X Workers’ compensation laws exist that will cover local nationals and third country

    nationals.

    Workers’ compensation laws do not exist that will cover local nationals and third

    country nationals.

    (c) If the bidder/offeror has indicated “yes” in block (a) (4) of this provision, the bidder/offeror

    shall not purchase Defense Base Act insurance for those employees. However, the bidder/offeror shall

    assume liability toward the employees and their beneficiaries for war-hazard injury, death, capture, or

    detention, in accordance with the clause at FAR 52.228-4.

    (d) If the bidder/offeror has indicated “yes” in blocks (a) (1), (2), or (3) of this provision, the

    bidder/offeror shall compute Defense Base Act insurance costs covering those employees pursuant to

    the terms of the contract between the Department of State and the Department’s Defense Base Act

    insurance carrier at the rates specified in DOSAR 652.228-74, Defense Base Act Insurance Rates –

    Limitation. If DOSAR provision 652.228-74 is not included in this solicitation, the bidder/offeror shall

    notify the contracting officer before the closing date so that the solicitation can be amended

    accordingly.