combined synopsis/solicitation rfq … synopsis/solicitation rfq sku20017q0005 description ......

36
Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 1 COMBINED SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Subpart 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is not to be construed as a commitment by the Government. All information is to be submitted at no cost to the Government. NOTICE TO OFFEROR(S)/SUPPLIER(S) The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The place of performance for this RFQ is American Embassy Kuwait. Solicitation SKU20017Q0005 is issued as a Request for Quotation to obtain services from a responsible contractor to provide services - PROJECT: Information System Center Furniture design and installation. Attachment A (Statement of Work) Attachment B (POSHO Office Contractor’s General Responsibilities). Appendix A D Design layout plans It is anticipated that the range in price of this project will be between US$ 25,000 and US$ 50,000. A site visit is scheduled on March 29, 2017 at 10:30am Kuwait local time for prospective offerors to inspect the site/location. Refer to page 15 for instructions. Question Submission: Interested offerors must submit any questions concerning this solicitation by email to the above mentioned POCs no later than April 03, 2017 to enable the Embassy to respond. Questions and answers will be posted in Embassy Website. Proposal Submissions: Quotes are due by April 13, 2017 at 2:00 p.m. Kuwait local time. All quotes must be clearly marked with the RFQ Number SKU20017Q0005, and include a separate price per each project listed. Contractors are responsible for verifying receipt of their quotes to the designated location before the specified due date and time. Quote Submission: 1. By Email: Quotes, together with the signed amendment(s), if applicable, must be submitted electronically to: [email protected]; and/or 2. Hard Copy: Quotes, together with the signed amendment(s), if applicable, must be submitted to American Embassy Kuwait, front gate.

Upload: buidung

Post on 19-May-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 1

COMBINED SYNOPSIS/SOLICITATION

RFQ SKU20017Q0005

DESCRIPTION

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with

the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Subpart

13.5 and as supplemented with additional information included in this notice. This announcement

constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

This is not to be construed as a commitment by the Government. All information is to be submitted at no

cost to the Government.

NOTICE TO OFFEROR(S)/SUPPLIER(S)

The Government reserves the right to cancel this solicitation, either before or after the closing date. In the

event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror

for any costs. The place of performance for this RFQ is American Embassy Kuwait.

Solicitation SKU20017Q0005 is issued as a Request for Quotation to obtain services from a responsible

contractor to provide services - PROJECT: Information System Center – Furniture design and

installation.

Attachment A (Statement of Work)

Attachment B (POSHO Office – Contractor’s General Responsibilities).

Appendix A – D Design layout plans

It is anticipated that the range in price of this project will be between US$ 25,000 and US$ 50,000.

A site visit is scheduled on March 29, 2017 at 10:30am Kuwait local time for prospective offerors to

inspect the site/location. Refer to page 15 for instructions.

Question Submission: Interested offerors must submit any questions concerning this solicitation by email

to the above mentioned POCs no later than April 03, 2017 to enable the Embassy to respond. Questions

and answers will be posted in Embassy Website.

Proposal Submissions: Quotes are due by April 13, 2017 at 2:00 p.m. Kuwait local time.

All quotes must be clearly marked with the RFQ Number SKU20017Q0005, and include a separate price

per each project listed. Contractors are responsible for verifying receipt of their quotes to the designated

location before the specified due date and time.

Quote Submission:

1. By Email: Quotes, together with the signed amendment(s), if applicable, must be submitted

electronically to: [email protected]; and/or

2. Hard Copy: Quotes, together with the signed amendment(s), if applicable, must be submitted to

American Embassy Kuwait, front gate.

Page 2: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 2

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30

1. REQUISITION NUMBER

PR6081174

PAGE 1 OF

1 of 28 2. CONTRACT NO.

3. AWARD/EFFECTIVE

DATE

4. ORDER NUMBER

5. SOLICITATION NUMBER

SKU20017Q005

6. SOLICITATION ISSUE DATE

March 15, 2017

7. FOR SOLICITATION

INFORMATION CALL:

a. NAME

Norbert Dsouza

b. TELEPHONE NUMBER(No collect

calls)

965-2259-1215

8. OFFER DUE DATE/ LOCAL

TIME Kuwait

Apr 13, 2017 @ 2:00pm

9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE:____ % FOR:

SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS

American Embassy Kuwait

General Services Office

fice

HUBZONE SMALL

BUSINESS

(WOSB) ELLIGIBLE UNDER THE WOMEN-OWNED

SMALL BUSINESS PROGRAM NAICS:

Procurement Office SERVICE-DISABLED

VETERAN-OWNED

SMALL BUSINESS

EDWOSB

8 (A) SIZE STANDARD:

11. DELIVERY FOR FOB DESTINAT-

SECTION UNLESS BLOCK IS

MARKED

SEE SCHEDULE

12. DISCOUNT TERMS 13a. THIS CONTRACT IS A

RATED ORDER UNDER

DPAS (15 CFR 700)

13b. RATING

14. METHOD OF SOLICITATION

RFQ IFB RFP

15. DELIVER TO CODE 16. ADMINISTERED BY CODE

American Embassy Kuwait

[email protected]

AMERICAN EMBASSY, KUWAIT

GENERAL SERVICES OFFICE

MASJID AL AQSA STREET, BAYAN KUWAIT

17a. CONTRACTOR/

OFFERER

TELEPHONE NO.

CODE FACILITY

CODE

18a. PAYMENT WILL BE MADE BY

Budget and Fiscal Office

American Embassy Kuwait

CODE

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

- Information Systems Center – Office

Furniture design and installation project.

(as per SOW attached)

1 LOT

LOT

(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 _1__ 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

STANDARD FORM 1449 (REV. 02/2012)

Prescribed by GSA - FAR (48 CFR) 53.212

Page 3: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 3

19.

ITEM NO.

20.

SCHEDULE OF SUPPLIES/SERVICES

21.

QUANTITY

22.

UNIT

23.

UNIT PRICE

24.

AMOUNT

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: _______________________________

32b. SIGNATURE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED

CORRECT FOR

36. PAYMENT 37. CHECK NUMBER

PARTIAL FINAL

COMPLETE PARTIAL

FINAL

38. S/R ACCOUNT NO.

39. S/R VOUCHER NO. 40. PAID BY

41.a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42a. RECEIVED BY (Print)

41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER

41C. DATE

42b. RECEIVED AT (Location)

42c. DATE REC’D (YY/MM/DD) 42d. TOTAL CONTAINERS

Page 4: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 4

Table of Content

Section I The Schedule

Section II Clauses

Section III Instructions to Offers

Section IV Evaluation Factors

Attachment(s)

Attachment A - Statement of Work (SOW)

Attachment B - POSHO - CONTRACTOR’S GENERAL RESPONSIBILITIES..

Attachment C - SPACE PLANS/SKETCH

Attachment D - Design/drawing layout

Page 5: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 5

SECTION I THE SCHEDULE

1. Project:

PROJECT: Information System Center – Furniture design and installation.

2. Contract Type:

The Government intends to award a firm fixed-price commercial items purchase order based on

the lowest priced, technically acceptable offer which confirms to the solicitation.

3. Statement of Work (SOW):

See Attachment “A”.

4. Place of Delivery and Installation

American Embassy, Masjid Al Aqsa Street, Bayan, Kuwait

5. Prices:

5.1 VALUE ADDED TAX. Value Added Tax (VAT) is not applicable to this

purchase order 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.

5.2 Defense Base Act (DBA) Insurance

The Contractor shall provide workers’ compensation insurance in accordance

with FAR 52.228-3 to employees assigned to this contract who are either United

States citizens or direct hire. Total cost of DBA should be part of the Firm-Fixed-

Price.

5.3 Price

Description

Cost in KWD

Firm fixed price for furniture design, supply

and installation as per SOW

-------------------------------------

6. Safety Instructions

See Attachment “B”.

7. Payment Instructions

Page 6: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 6

Invoice Payment: Payment will be made via Electronic Fund Transfer (EFT) in accordance with

Federal Acquisition Regulation FAR 32.9 “Prompt Payment”.

Payment will be processed end of completion of the project. NO advance payment is authorized.

To avoid possible delay in payment, please ensure the invoice:

a) Is correctly addressed;

b) Reference the correct solicitation number (see block # 5 on Form 1449);

c) Provide complete bank details

8. Warranty

As indicated in the Scope of Work.

9. Design/Drawing – refer to Attachment “C”

Page 7: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 7

SECTION II CLAUSES

SECTION 2 - CONTRACT CLAUSES

52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS (JAN 2017) is

incorporated by reference. (See SF-1449, Block 27A).

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://acquisition.gov/far/index.html 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” (for example, Google, Yahoo or Excite) to obtain the latest location of the most current

FAR.

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—

Commercial Items (JAN 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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov

2015).

(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(3) 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:

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.)

Page 8: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 8

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).

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 (Nov 2016) (15 U.S.C.

637(d)(4)).

Page 9: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 9

__ (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 (Nov 2011) (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).

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).

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).

Page 10: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 10

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 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT

2016). (Applies at $50 million for solicitations and resultant contracts issued

from October 25, 2016 through April 24, 2017; applies at $500,000 for

solicitations and resultant contracts issued after April 24, 2017).

Note to paragraph (b)(35): By a court order issued on October 24, 2016,

52.222-59 is enjoined indefinitely as of the date of the order. The enjoined

paragraph will become effective immediately if the court terminates the

injunction. At that time, GSA, DoD and NASA will publish a document in the

Federal Register advising the public of the termination of the injunction.

36 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016).

37 __ (i) 52.223-9, Estimate of Percentage of Recovered Material Content for

EPA–Designated 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.)

38 52.223-11, Ozone-Depleting Substances and High Global Warming Potential

Hydrofluorocarbons (JUN 2016) (E.O. 13693).

39 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration

Equipment and Air Conditioners (JUN 2016) (E.O. 13693).

40 __ (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.

41 __ (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.

42 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42

U.S.C. 8259b).

43 __ (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.

44 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While

Driving (AUG 2011) (E.O. 13513).

Page 11: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 11

45 52.223-20, Aerosols (JUN 2016) (E.O. 13693).

46 52.223-21, Foams (JUN 2016) (E.O. 13693).

47 52.225-1, Buy American—Supplies (May 2014) (41 U.S.C. chapter 83).

48 __ (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.

49 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C.

3301note).

50 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).

51 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).

52 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42

U.S.C. 5150).

53 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area

(Nov 2007) (42 U.S.C. 5150).

54 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)

(41 U.S.C. 4505, 10 U.S.C. 2307(f)).

55 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C.

4505, 10 U.S.C. 2307(f)).

56 52.232-33, Payment by Electronic Funds Transfer—System for Award

Management (Jul 2013) (31 U.S.C. 3332).

57 52.232-34, Payment by Electronic Funds Transfer—Other than System for

Award Management (Jul 2013) (31 U.S.C. 3332).

58 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).

59 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).

Page 12: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 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:

__ (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

Page 13: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 13

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) 52.219-8, 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.

(iii) 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.

(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)

(v) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.

793).

(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)

(ix) 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.

(x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).

(xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and

E.O 13627).Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627).

(xii) 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).

(xiii) 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).

(xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989).

(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

Page 14: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 14

(xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016)

(Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016

through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after

April 24, 2017).

Note to paragraph (e)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is

enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective

immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will

publish a document in the Federal Register advising the public of the termination of the

injunction.

(xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)).

(xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O.

13706).

(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)

Page 15: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 15

ADDENDUM TO CONTRACT CLAUSES

FAR AND DOSAR CLAUSES NOT PRESCRIBED IN PART 12

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

The following Federal Acquisition Regulation clauses are incorporated by reference:

CLAUSE TITLE AND DATE

52.204-12 UNIQUE ENTITY IDENTIFIER MAINTENANCE (Oct 2016)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (Oct 2016)

52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION

OF CONTRACT (FEB 2000)

52.229-6 FOREIGN FIXED PRICE CONTRACTS (FEB 2013)

52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUNE 2013)

52.228-3 Workers’ Compensation Insurance (Defense Base Act) JUL 2014

52.228-4 WORKERS’ COMPENSATION AND WAR-HAZARD INSURANCE

OVERSEAS (APR 1984)

52.236-27 SITE VISIT (CONSTRUCTION) (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. (Due to security checks, all participating

personnel should arrive early for the site visit).

(b) A site visit has been scheduled for March 29, 2017 at 10:30am.

(c) Participants will meet at the U.S. Embassy, Bayan, Kuwait, front gate reception

area.

Note: All companies interested to participate in the site visit, should send and meet the

following requirements NO later than 02:00pm local time, March 26, 2017. All documents

received will be screened and any request for the site visit that does not meet these

requirements won’t be granted access.

- Maximum two (2) persons per company.

- Proof of work/residence permit (passport copy and/or civil ID copy)

- NO access will be granted for participants that have Article/title 20 (domestic Helper),

Article/title 22 (dependents), or visit visa.

Page 16: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 16

- Access will be granted to only those who have a valid work residence permit Article/title 18

and company owner/share holder.

Offerors should contact/send all details to the following to make appropriate arrangements.

Zeyad Qishawi – Procurement Supervisor – email: [email protected]

James Pinto – Purchasing Agent – email: [email protected]

Norbert Dsouza – Purchasing Agent – email: [email protected]

Tel: 2259-1214/1215, Fax: 2259-1938

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 the William Dsouza.

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.

INSURANCE REQUIREMENTS

1. INSURANCE

1.1 Amount of Insurance. The Contractor is required to provide whatever insurance is legally

necessary. The Contractor shall, at its own expense, provide and maintain during the entire

performance period the following insurance amounts:

Page 17: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 17

1.2 General Liability (includes premises/operations, collapse hazard, products, completed

operations, contractual, independent contractors, broad form property damage, personal

injury)

1. Bodily Injury stated in U.S. Dollars:

Per Occurrence $25,000

Cumulative $25,000

2. Property Damage stated in U.S. Dollars:

Per Occurrence $50,000

Cumulative $ 50,000

1.3 The types and amounts of insurance are the minimums required. The Contractor shall

obtain any other types of insurance required by local law or that are 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.

1.4 For those Contractor employees assigned to this contract who are either United States

citizens or direct hire in the United States or its possessions, the Contractor shall provide

workers’ compensation insurance in accordance with FAR 52.228-3.

1.5 The Contractor agrees that the Government shall not be responsible for personal injuries or

for damages to:

a) any property of the Contractor,

b) its officers,

c) agents,

d) servants,

e) employees, or

f) any other person

arising from an incident to the Contractor's performance of this contract. The Contractor

shall hold harmless and indemnify the Government from any and all claims arising,

except in the instance of gross negligence on the part of the Government.

1.6 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.

1.7 Government as Additional Insured. 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.

1.8 Time for Submission of Evidence of Insurance. The Contractor shall provide evidence of

the insurance required under this contract within ten (10) calendar days after contract

award. The Government may rescind or terminate the contract if the Contractor fails to

timely submit insurance certificates identified above.

Page 18: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 18

PERMITS

The Contractor shall maintain in full force and affect all permits, licenses, and appointments

required for the prosecution of work under this contract at no additional cost to the Government.

The Contractor shall obtain these permits, licenses, and appointments in compliance with host

country laws.

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.

Page 19: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 19

Section III

FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (Oct.

2015), is incorporated by reference

ADDENDUM TO 52.212-1

The Offeror shall include Defense Base Act (DBA) insurance premium costs covering

employees. The offeror may obtain DBA insurance directly from any Department of Labor

approved providers at the DOL website at http://www.dol.gov/owcp/dlhwc/lscarrier.htm ]

The Government intends to award a Firm Fixed Price Commercial Item purchase order to

the contractor who submits ‘lowest priced, technically acceptable’ offer resulting from this

solicitation, and who is determined to be a responsible contractor within the meaning of FAR

Part 9, paragraph 9.104

Interested offerors are requested to submit the following Volume(s) with their

proposal/quote on or before date specified for receipt.

Volume Title Number

of

Copies

I Standard Form 1449 signed and completed (Box 17a, 24, 30a, 30b, and 30c) 1

II -

Introduction

- Contractor Name, Company profile/History.

- Evidence that the offeror/quoter operates an established business with a

permanent address and telephone listing

- Name of a Project Manager who understands written and spoken English

- Name, telephone numbers and e-mail address of person(s) to be contacted for

clarification or questions to the quote

- Dun & Bradstreet (DUNS) Number.

- Vendors must be registered in the System for Award Management (SAM) to be

eligible for award for amounts exceeding US$30,000

- Provision 52.212-3 Offeror Representations and Certifications -Commercial

Items applies to this solicitation. The contractor shall return a complete copy of

the Offeror Representations and Certifications with their quotation; Quotes

received without the completed copy of the provision at FAR 52.212-3 or

completed SAM representation may be removed from consideration.

1

III – Technical - Interested offerors are requested to provide 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 segregable portion of work and its planned

commencement and completion date.

- Requirements as stated as per attachment A (Scope of Work) and attachment B

(POSHO Office – Contractor’s General Responsibilities for Projects).

- Products samples and/or specifications if requested in the SOW

- Bill of Quantity & Bill of Materials if requested in the SOW.

- Must provide technical proposal showing how company intends on completing

the project, including the technical information of the products that it intends on

1

Page 20: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 20

using - showing that it meets the specifications.

- Verification that products are as listed in SOW, or providing cut-sheets of

major products if not specifically listed.

- Experience/Past performance - Provide a list of contracts previously performed

over the past 3 - 5 years and point of contacts with phone numbers for the same or

similar type projects/works. This needs to show that the company is involved in

similar type projects as a normal business pursuit. 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

- Evidence that the offeror/quoter can provide the necessary, equipment, and financial resources needed to perform the work; - The offeror shall address its plan to obtain all licenses and permits required by

local law (see DOSAR 652.242-73 in Section II). If offeror already possesses the

locally required licenses and permits, a copy shall be provided.

- The offeror’s strategic plan for services to include but not limited to:

(a) A work plan taking into account all work elements in Attachment A,

Performance Work Statement (scope of work).

(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.

(e) Schedule/timeline for the project including drawing/design layout based

on our initial drawings, furniture item list & quantity, item specifications for

furniture and other accessories.

- Evidence that all necessary personnel/workers are under the direct

sponsorship of the offeror/quoter.

- Evidence that the offeror/quoter is a qualified Office Solutions, Office

furniture & furnishing company.

- Statement that the offeror knows that they have read and understand the

requirements of FAR 52.222-50 – Combating Trafficking in Persons.

Page 21: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 21

- Offeror’s statement that the recruitment practices comply with recruiting

nation and host country labor laws.

- Warranty Period

-

IV. - Price Price 1

GRAND TOTAL PRICE

Quote submission method:

1. Submit the complete quotation by email to: [email protected] , and/or

2. (hand-delivered) to the address indicated below.

U.S. Embassy

General Services Officer – Procurement Office (RFQ # SKU20017Q0005 )

Masjid Al Aqsa Street, Bayan

Kuwait. Tel: 2259-1215

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.

Page 22: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 22

SECTION IV EVALUATION FACTORS

52.212-2 -- Evaluation -- Commercial Items (Oct 2014)

The Government will award a contract resulting from this solicitation to the responsible offeror

whose quote conforming to the solicitation will be most advantageous to the Government, price

and other factors considered.

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:

Factor 1: Technical Capability

- Provide a brief description of how you plan to perform the work listed in the performance

work statement

- Provide Schedule/Timeline for this project

- Experience/Past performance - Provide a list of contracts previously performed and

points of contact with phone numbers

- 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;

- Have necessary qualified/certified personnel equipment and financial resources available

to perform the work.

- Meet all local insurance requirements for all the personnel.

- All personnel/workers are under company’s direct-hire sponsorship plan.

- Must have a valid DUNS number

- Must have active SAM registration to be eligible for award if amount exceeds

US$30,000. If SAM is not active, the offer could be deemed unacceptable and the

Contracting Officer will select the next lowest acceptable bidder with active SAM, and so

on.

Factor 2: Price - Prices will be evaluated for reasonableness.

Award will be made to the quoter submitting the lowest priced technically acceptable quote.

A written notice of award or acceptance of an offer mailed or otherwise furnished to the

successful offeror within the time for acceptance specified in the offer, shall result in a binding

contract without further action by either party. Before the offer’s specified expiration time, the

Government may accept an offer (or part of an offer), whether or not there are negotiations after

its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

Page 23: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 23

Attachment “A”

STATEMENT OF WORK (SOW)

Information Systems CenterFurniture Design & Installation

1.0 GENERAL

Provide all labor, materials, equipment, and management support to design, supply, and

install office furniture at the following Information Systems Center offices, as shown in

appendix A:

a. Office – Room A111

b. Office – Room A112

c. Office – Room A113

d. Office – Room A114

e. Office – Room A115

f. Office – Room A116

g. Office – Room A117

In addition – ensure the individual desk installed in rooms A113, A114, A115, A116,

and A117 can be reconfigured and connected as shown in appendix B. The future office

layout changes shown in appendix B will be completed at a future date.

2.0 SCOPE OF WORK (SOW)

2.1 The Contractor shall be required to prepare a price and indicate the Bill of Materials

[BOM] and all product data of all materials to be used on the project. The BOM's shall

list the materials in sufficient detail and specifications, so that this document can be used

by the Embassy to approve the use of all materials along with presented samples.

2.2 Logistics:

a. Staging/storage areas available on grounds (Limited Space availability).

b. Contractor to provide all quality Materials, professional labor and quality equipment

necessary to complete the project.

2.3 Materials and Equipment:

All Materials and equipment required for the satisfactory completion of the project shall

be considered to be included and accounted for by the contractor.

2.4 Submittals for Approval:

a. All proposed material must be submitted & approved by Embassy Authorized

Representative in advance of use. This includes ceiling tiles, carpet tiles, wall base,

door frames, door & hardware, paint color/type, light fixtures, electrical devices.

b. Cut sheets / samples of proposed items must be provided within one week of

contract award.

Page 24: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 24

2.5 Labor:

All Labor required for the satisfactory completion of the project shall be considered to

be included and accounted for by the contractor.

2.6 Cleaning:

Clean area of work and restore all items to their existing conditions at the end of each

day as long as they do not affect the next day progress. The work site shall always be

kept clean and clear of obstructions as the residence shall be in use and the work should

pose the least impact upon the general day to day use of the property.

2.7 Design, Delivery & Installation:

a. Conceptual design & measurements are provided for your guidance. It is the

contractor’s responsibility to verify any and all necessary measurements in the field.

Contractor is responsible to develop their own furniture design & bill of material.

b. Provide initial layout design and finalized furniture design documents and any

samples for review, selection, and approval with the proposal for the Embassy

authorized representative to review.

c. Provide necessary means of transportation (Sea, Air, Land freight) and any

necessary customs clearance to deliver product to the contractor’s shop/storage area,

then to the U.S. Embassy in Kuwait. Product to be temporarily stored at no

additional cost at the contractor’s shop location until needed at the Embassy for

installation.

d. Provide all necessary tools, equipment, labor, etc. for a timely installation.

e. Installation is to occur in phases with each office/room to require its own

mobilization of forces. Storage area at site is limited, walk site ahead of delivery to

determine quantities that can be delivered and stored for installation. Assume that no

more than one office’s worth of material can be stored at the site.

f. Remove and dispose of all packaging, wrapping, plastic, tags, and other

miscellaneous debris from new furniture installation. Dumpsters are available

outside the compound’s back gate.

g. Installation to occur during normal working hours. Sunday – Thursday 0830-1630.

Work on Friday or Saturday by coordination only with the Information Systems

Center management.

h. Basis of design is STEELCASE, USA, provide basis and/or as-equal furniture

system, to be submitted to and approved by the Embassy authorized representative.

i. Provide a warranty on the furniture for a minimum of 8 years.

2.8 Office - Room A111

a. Furnish and install, one (1) U-shaped, freestanding workstation, per conceptual

design. Work surface to be high pressure plastic laminate over medium density

commercial grade particle board.

Rear side of workstation to hold a 2 drawer, lateral file cabinet.

Above the lateral file cabinet will be an open storage shelf unit, running the

full width of the workstation.

b. Color of panels and work surfaces shall be beige/off-white. Provide samples prior to

approval by Embassy authorized representative.

c. Refer to Appendix C for workstation conceptual design.

Page 25: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 25

2.9 Office - Rooms A112

a. Furnish and install, one (1) U-shaped, freestanding workstation, per conceptual

design. Work surface to be high pressure plastic laminate over medium density

commercial grade particle board.

Rear side of workstation to hold a 2 drawer, lateral file cabinet.

Above the lateral file cabinet will be an open storage shelf unit, running the

full width of the workstation.

b. Color of panels and work surfaces shall be beige/off-white. Provide samples prior to

approval by Embassy authorized representative.

c. Refer to Appendix C for workstation conceptual design.

2.10 Office - Room A113

a. Furnish and install one (1) L-shaped workstation per the office drawing in appendix

A. Work surface to be high pressure plastic laminate over medium density

commercial grade particle board. Panels are to be segmented, consisting of a 42”

high pressure plastic laminate segment and a 12” high frosted glass segment, for a

total height of 54”.

b. Workstation shall have one matching two-drawer mobile pedestal storage unit with a

padded top.

c. Color of panels and work surfaces shall be beige/off-white. Provide samples prior to

approval by Embassy authorized representative.

d. Refer to Appendix D for workstation conceptual design.

2.11 Office - Room A114

a. Furnish and install one (1) L-shaped workstation per the office drawing in appendix

A. Work surface to be high pressure plastic laminate over medium density

commercial grade particle board. Panels are to be segmented, consisting of a 42”

high pressure plastic laminate segment and a 12” high frosted glass segment, for a

total height of 54”.

b. Workstation shall have one matching two-drawer mobile pedestal storage unit with a

padded top.

c. Color of panels and work surfaces shall be beige/off-white. Provide samples prior to

approval by Embassy authorized representative.

d. Refer to Appendix D for workstation conceptual design.

2.12 Office - Room A115

a. Furnish and install two (2) L-shaped workstations per the office drawing in appendix

A. Work surface to be high pressure plastic laminate over medium density

commercial grade particle board. Panels are to be segmented, consisting of a 42”

high pressure plastic laminate segment and a 12” high frosted glass segment, for a

total height of 54”.

b. Workstation shall have one matching two-drawer mobile pedestal storage unit with a

padded top.

c. Color of panels and work surfaces shall be beige/off-white. Provide samples prior to

approval by Embassy authorized representative.

d. Refer to Appendix D for workstation conceptual design.

Page 26: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 26

2.13 Office - Room A116

a. Furnish and install one (1) L-shaped workstation per the office drawing in appendix

A. Work surface to be high pressure plastic laminate over medium density

commercial grade particle board. Panels are to be segmented, consisting of a 42”

high pressure plastic laminate segment and a 12” high frosted glass segment, for a

total height of 54”.

b. Workstation shall have one matching two-drawer mobile pedestal storage unit with a

padded top.

c. Color of panels and work surfaces shall be beige/off-white. Provide samples prior to

approval by Embassy authorized representative.

d. Refer to Appendix D for workstation conceptual design.

2.14 Office - Room A117

e. Furnish and install one (1) L-shaped workstation per the office drawing in appendix

A. Work surface to be high pressure plastic laminate over medium density

commercial grade particle board. Panels are to be segmented, consisting of a 42”

high pressure plastic laminate segment and a 12” high frosted glass segment, for a

total height of 54”.

f. Workstation shall have one matching two-drawer mobile pedestal storage unit with a

padded top.

g. Color of panels and work surfaces shall be beige/off-white. Provide samples prior to

approval by Embassy authorized representative.

h. Refer to Appendix D for workstation conceptual design.

2.15 Future Office Layout Planning

The individual L-shaped workstations installed in rooms A113, A114, A115, A116, and

A117 shall be able to be reconfigured in such a manner that they fit together as shown in

the office drawing in appendix B.

3.0 GENERAL REQUIREMENTS

3.1 The work shall be executed in a diligent manner in accordance with a negotiated firm

fixed price and performance period. The period of performance for the project shall be

30 working days. Work shall be performed during regular office hours, except as noted

in this document. The Contractor shall not have access to other building interior except

with permission by the Embassy.

3.2 The Contractor shall be required to prepare his own BOQ from the Site Visit and

provide Dimensions of the elements indicating for example rates in Sqm or linier meter,

along with a quality control schedules. These documents shall provide the necessary

interfaces, coordination, and communication among the Embassy and Contractor for the

delivery of the completed project.

4.0 CONTRACT ADMINISTRATION

4.1 The Embassy does not make representations or warranties of whatsoever kind or nature,

Page 27: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 27

either expressed or implied, as to the quality, level of completion, accuracy, extent of

compliance with the standards, codes and requirements described or referred to in this

SOW, or the extent of coordination between or among the documents provided to the

Contractor.

4.2 The Embassy has the right to inspect and test all services called for by the contract, to

the extent practicable at all times and places during the term of the contract. The

Embassy Authorized Representative will perform quality assurance inspections during

installation to confirm the work is installed according to the SOW.

5.0 RESPONSIBILITY OF THE CONTRACTOR

5.1 The Contractor shall be responsible for the professional quality, technical accuracy, and

the coordination of all construction and other services furnished under this contract. The

Contractor shall, without additional compensation, correct or revise any errors or

deficiencies in provided services to the satisfaction of the Embassy Authorized

Representative.

5.2 The Contractor shall identify a Project Site Manager who shall be responsible for the

overall management of the project and shall represent the Contractor on site during

construction. The Project Site Manager shall speak English.

5.3 The Contractor is responsible for safety and shall comply with all local labor laws,

regulations, customs and practices pertaining to labor, safety and similar matters. The

Contractor shall promptly report all accidents resulting in lost time, disabling, or fatal

injuries to the Embassy.

5.4 The Contractor shall be and remain liable to the Embassy in accordance with applicable

law for all damages to the Embassy caused by the Contractor's negligent performance of

any of the services furnished under this SOW.

6.0 OTHER REQUIREMENTS

6.1 The Contractor shall be responsible for all required materials, equipment and personnel

to manage, administer, and supervise this project. All workmanship shall be of good

quality and performed in a skillful manner as determined by the Embassy Authorized

Representative.

6.2 All materials incorporated into the project shall be new. The Contractor shall transport

and safeguard all materials and equipment required for this project.

6.3 The Contractor shall at all times keep the work area free from accumulation of waste

materials. Upon completing the project, the Contractor shall remove all temporary

facilities and leave the project site in a clean and orderly condition acceptable to the

Embassy.

7.0 DELIVERABLE SCHEDULE

Page 28: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 28

7.1 The Contractor shall commence work under this contract promptly, execute the work

diligently, and achieve final completion including final cleanup and reinstatement

disturbed structure/landscaping on the premises within the period specified.

8.0 SECURITY

8.1 This is a non-classified project. The work to be performed under this contract requires

that the Contractor identifies all employees, sub-contractors and vehicles that shall be

used during the project to ensure that their named employees and the vehicles may enter

the embassy compound. The list of employees and vehicles shall be submitted

immediately after the award.

9.0 GENERAL INFORMATION

9.1 All work will be done during working days, Sunday to Thursday, 0830-1630, except as

advised by the Embassy Authorized Representative, or as noted in this scope of work.

Some areas must be done during weekend in coordination with Embassy Authorized

Representative or his authorized representatives. Work outside these hours and times will

be done only with approval of the Embassy Authorized Representative. Lists of workers,

vehicles, equipment involved in the project must be submitted two weeks prior to

starting the project makes the necessary access pass.

Work will be done in an efficient and professional manner, using only top quality tools

and materials. All work, equipment, materials, safety procedures followed by workers

shall be inspected by the Embassy Authorized Representative.

10.0 SAFETY

10.1 Considering the location is an office, all required safety procedures to be followed.

Please refer the safety documents attached with the solicitation document for more

information. All workers must wear appropriate safety personal protective equipment to

include safety shoes, safety, glasses, safety masks, head protection, body harness etc.

Workers without appropriate safety gears will not be permitted to work at the embassy.

Keep the work-site clean during construction, and clean-up all debris and trash at the

end of each workday. The contractor shall never leave power equipment unattended

without disconnecting them from their power source. Tools and materials shall be

inspected by the Embassy Authorized Representative or his/her authorized representatives

and they are stored in a location designated by the Embassy Authorized Representative.

11.0 INSPECTION & ACCEPTANCE

11.1 The project and services being performed and materials/supplies used to accomplish the

project will be inspected by the Embassy Authorized Representative, to determine that all

the work is carried out in a satisfactory manner and that all the materials used to

complete the project are acceptable quality and standard. The contractor shall be

responsible to immediately remedy any unacceptable work or conditions within the

Page 29: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 29

scope of work of this project

END OF STATEMENT OF WORK

Page 30: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 30

Appendix A

Appendix B

Page 31: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 31

Appendix C

Page 32: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 32

Page 33: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 33

Appendix D

Page 34: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 34

Page 35: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 35

Attachment B

U.S. EMBASSY-KUWAIT – FACILITIES MANAGEMENT-POSHO OFFICE

CONTRACTOR’S GENERAL RESPONSIBILITIES FOR POST MANAGED

CONSTRUCTION PROJECTS

Contractors must demonstrate understanding of their responsibilities under Post Managed

Construction Project safety program by addressing hazards in pre-planning processes and

meetings.

Prior to starting a project, each contractor is required to review the work site and identify hazards

that may occur while performing the job.

Prior to starting a project, the contractor shall contact Contracting Officer or the Post

Occupational Safety & Health Officer (POSHO), to ensure they have received pertinent

information for the project including requirements for permits, floor plans, utility information,

asbestos, lead based paint, and other hazardous materials.

Contractors must provide their employees with a safe and healthful condition of employment.

Contractors are expected to provide a "competent person” to implement Site health and safety

plan and to oversee its compliance. A competent person is an individual who, by way of training

and/or experience, is knowledgeable of applicable standards, is capable of identifying workplace

hazards relating to the specific operation, is designated by the employer, and has authority to

take appropriate actions.

The Contractor shall be responsible for the removal and/or disposal of hazardous waste

generated from the project. Hazardous waste generated from the project must be removed and

disposed of in accordance with the Department’s Hazardous Waste Management Policy as well

as local rules and regulations.

The contractor shall ensure proper safety, health and environmental requirements as applicable to

their project are followed.

The contractor shall ensure individuals working at the site are trained and are aware of potential

hazards. Contractors shall ensure that these individuals are provided with proper safety

equipment to prevent accidental injury in accordance with the requirements of the contract.

Contractors will report accidents/mishaps to POSHO, or his authorized representative.

The contractor is required to address the following safety procedures (all or as applicable); more

information on each item as necessary can be obtained from the POSHO Office; when the

project is awarded; but prior to the commencement of project:

PERSONAL PROTECTIVE EQUIPMENT

FALL PROTECTION

BARRICADING & FENCING

ELECTRICITY SAFETY

LOCKOUT / TAGOUT

Page 36: COMBINED SYNOPSIS/SOLICITATION RFQ … SYNOPSIS/SOLICITATION RFQ SKU20017Q0005 DESCRIPTION ... KUWAIT GENERAL SERVICES OFFICE ... 52.212-5 Contract Terms and Conditions Required To

Solicitation # SKU20017Q0005 IMO Office Furn Installation Page 36

HAND AND POWER TOOL SAFETY

SCAFFOLDING

TRENCHING & EXCAVATIONS

CONFINED SPACE ENTRY

POWERED INDUSTRIAL LIFT TRUCKS

NOISE

HAZARDOUS COMMUNICATIONS & WASTE MANAGEMENT

HOT WORK PERMIT

HANDLING OF FUEL BURNING, REFRIGERANTS & OIL CONTAINING

EQUIPMENT

LEAD BASED PAINT

FLUORESCENT LIGHT BALLASTS

INDOOR ENVIRONMENTAL QUALITY

FIRE PROTECTION SYSTEM