23

Click here to load reader

ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Embed Size (px)

Citation preview

Page 1: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Request for Quotations Issue Date: April 9, 2018

Deadline Submission of Quotations: April 15, 2018 at 4:45 PM East Africa Time

SUBJECT: Solicitation Number 72061718Q00002 Request for Quotations for Bathroom Renovations at the USAID Guest House in Naguru

The United States Government, represented by the U.S. Agency for International Development in Uganda (USAID) is seeking quotations from qualified firms, subject to FAR 12.3 and FAR 15, for a firm fixed price contract for bathroom renovations at the Group House located in Naguru. USAID anticipates awarding one contract as the result of this solicitation.

The authority for this RFQ is found in the Foreign Assistance Act of 1961, as amended and FAR 12.3 and FAR 15. The authorized geographical code for this procurement is 935. For the purposes of this program, this RFQ is being issued and consists of the cover letter and the following:

Section A – Solicitation Cover SheetSection B – Contract InformationSection C – Specifications Section D – Instructions for Offerors Section E – Evaluation Criteria Section F – Contract ClausesSection G – Solicitation Provisions

Proposals must be submitted via e-mail to [email protected] no later than the closing date and time specified above. Incomplete information submitted in response to this request for quotation will result in disqualification from competition. Offers must remain valid for 30 calendar days from the due date for the receipt of offers.

Please note that this communication neither obligates USAID/Uganda to undertake the proposed procurement nor does it commit USAID/Uganda to pay any costs incurred in the preparation and submission of the information requested.

Sincerely,

Fredrick OnyangoSupervisory Executive Officer

Page 2: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

SECTION B: CONTRACT INFORMATION

CONTRACT TYPE

This is a firm fixed price contract.

CONTRACT PRICE AND DELIVERABLE

No. Milestone Deliverable Percentage

Amount (UGX)

1 Final designs of the Project

Floor plans for the design of each bathroom.

Samples of the items proposed for each bathroom such as tiles, vanities, and fixtures.

Proof of Workers Compensation insurance covering contractors performing work under the Contract.

15% TBD

2 Approval of the make ready of the designated bathrooms

A walk-through with the Project Manager to verify that the site is ready to start the construction of the approved design. Requirements include dismantling and disposal of current fixtures, preparing plumbing and pre-construction cleaning.

25% TBD

3 Approval of the delivery of the materials

A walk-through with the Project Manager to verify that the approved materials (tiles, fixtures, paint, and other construction materials) are delivered to the TDY House to start the construction of the approved design.

25% TBD

4 Approval of the finished Project

A walk-through with the Project Manager to verify that the project is finished according to the design specifications and using the approved materials.

35% TBD

TOTAL CONTRACT PRICE 100% TBD

*NOTE in the event of termination for default where the contractor fails to perform or deliver the work outlined in this contract, the contractor will be required to refund to the U.S. Government all money advanced as milestone deliverables.

PLACE OF PERFORMANCE

USAID property located at:13 East Upper Naguru RoadKampala, Uganda

PERIOD OF PERFORMANCE

The period of performance extends for [to be inserted after award] days from the date of award.

2

Page 3: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

DESIGNATION OF RESPONSIBLE USAID OFFICIALS

The Contracting Officer is: Fredrick Onyango, Supervisory Executive OfficerU.S Agency for International DevelopmentUS Mission Compound South WingPlot 1577 Ggaba Road, NsambyaKampala, UgandaE-mail: [email protected]

The Contracting Officer’s Representative (COR) is:Grace Nakaddu, Executive SpecialistUS Agency for International DevelopmentUS Mission Compound South WingPlot 1577 Ggaba Road, NsambyaKampala, UgandaE-mail: [email protected]

INSPECTION AND ACCEPTANCE

The contractor will only deliver and offer for acceptance those goods that strictly conform to the specification requirements. Inspection and acceptance will take place at the Place of Performance address, listed above.

WARRANTY

The warranty period will commence after inspection and acceptance is completed. The warranty period is for a minimum of six calendar months.

PAYING OFFICE

The paying office for this contract is:

US Agency for International DevelopmentUS Mission Compound South WingPlot 1577 Ggaba Road NsambyaKampala, UgandaAttention: [email protected]

INVOICE SUBMISSION

Requests for payment must be submitted on an SF-1034 form via e-mail to: [email protected]

The SF-1034 must be signed, and it must be submitted along with invoices and any other supporting documentation in Adobe.pdf format. Invoice for payment can be submitted when shipment is delivered as specified in block 15 of the SF 1449.

3

Page 4: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

PAYMENT SCHEDULE

USAID/Uganda payment terms are in accordance with FAR 32.9, Prompt Payment.

SECURITY

Contractor must designate a representative responsible for on-site supervision of the Contractor’s work force.  The Contractor must identify employees assigned to this specific project and notify USAID/Uganda with a list of employees in 24 hours in advance. This list will be cross-checked by the on-site security guard. Workers must be on the list and must present photo identification to the permitted on the premises. INSURANCE AND LIABILITY The Contractor shall furnish Workers Compensation Insurance for all of the Contractor’s employees engaged in work under the Contract. Proof of coverage will be supplied to USAID/Uganda prior to work commencing. The Contractor and all of the Contractor’s employees engaged in work under the Contract will sign a Personal Liability Release Agreement prior to work commencing. The Contractor is responsible for ensuring compliance with U.S. and Ugandan designs and construction standards as well as laws and regulations governing occupational safety and health.

SECTION C – SPECIFICATIONS

The U.S. Agency for International Development (USAID) in Uganda is issuing this Request for Quotation (RFQ) for a contractor to design and renovate nine (9) bathrooms in the USAID Guest House.

Bathrooms include:

Quantity Bathroom Type Bathroom Type Approximate Size

1 Executive Suite Full 20 square meters

1 Junior Suite 1 Three Quarters 18 square meters

1 Junior Suite 2 Three Quarters 12 square meters

1 Shared Three Quarters 8 square meters

1 Conference Room Half 6 square meters

4 En-Suite Three Quarters 8 square meters

The Contractor is responsible for meeting the following specifications for the design, materials and renovations to the above-referenced bathrooms. Contractor compliance with each specification is subject to approval by the USAID Project Manager:

4

Page 5: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

1. Full bathroom denotes a bathroom with a shower, tub, toilet and sink. Three quarters bathrooms contain a shower, toilet and sink. Half bathroom contains a toilet and sink.

2. Each bathroom will include a toilet, vanity, sink with mixer, mirror, and cabinets. 3. In addition to number two (2), three-quarters baths will also include a shower with a water mixer

and glass enclosure.  4. In addition to numbers two (2) and three (3), full bath will include a bathtub with water mixer.5. Bathroom design to have a clear floor space to allow swing of the door and clear floor space at

bathroom fixtures including toilets, sinks, showers and/or bathtubs.6. Tiles will cover the floors completely.7. Tiles will cover the walls five (5) feet from the floor up.8. Tiles will cover the entire wall, from floor to ceiling, in the bathtub and/or shower enclosure.9. The walls must be painted in neutral color, such as white, off-white or light cream, according to

the approved design of each bathroom.10. The vendor will not be responsible for any work related to lighting for the bathrooms. Therefore

lighting designs, electrical work, removal of existing fixtures or purchasing/installation of new features is NOT required under this contract.

11. The Contractor will make sure that the floors and walls are in good shape before starting to install the new tiles.

12. The Contractor will dispose of any supplies, materials, equipment or debris from the work site prior to project completion. Any fees related to disposal will not be reimbursed under the contract.

Unless otherwise stated, the vendor will provide all supplies, materials, equipment and labor required to complete the deliverables found in Section B and to meet the above-reference specifications.

SECTION D – INSTRUCTIONS FOR OFFERORS

Quotations or proposals will only be accepted by email to [email protected] .

Each e-mail submitted must not exceed 7 MB. The offeror may submit multiple, clearly labeled e-mails.

Proposals must be received in a Microsoft Office (Excel or Word) or PDF format.

1. Technical Proposal (not to exceed 5 pages)

a. The offeror should submit a narrative description that conforms to the specifications in Section C. The offeror should provide floor plans for the design of each bathroom and samples of the items proposed for each bathroom such as tiles, vanities, showers, and bathtub.

b. Technical Warranty: The offeror must describe the validity and terms of warranty. Warranty must not be less than six calendar months after inspection and acceptance.

c. Delivery Terms: The offeror must provide information on how many calendar days after contract award it will complete the contract deliverables as listed in Section B.

d. Past Performance: The offeror should describe prior experience similar to what is described in Section C. The offeror should provide name and phone or email of at least three (3) references.

2. Price Proposal

The contractor will provide a price proposal which must be submitted in accordance with the following instructions:

5

Page 6: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

a. Offeror must provide the price in Ugandan Shillings. Price should be inclusive of all labor, materials, and any miscellaneous costs.   Each budget line items must be disaggregated sufficiently for an evaluation/comparison of all inputs. Price should also be inclusive of VAT charges.

b. Offeror must complete the “Offeror Representations and Certification – Commercial Items” a stipulated under FAR 52.212-3;

SECTION E – EVALUATION FACTORS

F.1 FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers:

1. Conformance to the specifications listed in Section C - technical capability to meet the Government requirement;

The major evaluation factors for this solicitation include technical (which encompasses technical approach, quality control and past performance factors) and cost/price factors. Although technical factors are of paramount consideration in the award of the contract, cost/price is also important to the overall contract award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. In any case, the Government reserves the right to make award(s) to that offeror whose proposal provides the best overall value to the Government.

The evaluation will be based on the demonstrated capabilities of the prospective Contractors ability to meet or exceeds the minimum specification requirements as set forth in Section C of the RFQ. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of requirements of the RFQ. Offerors must submit information sufficient to evaluate their proposals based on the detailed criteria in Section C.

2. Warranty Technical Warranty (Pass/Fail) - Validity and terms of the warranty - Ability of the service parts and regular maintenance. Probable life of the item selected as compared with that of a comparable item.

Service and repair within the cooperating country is required for all commodities under this RFQ. The warranty coverage must be valid on all commodities for a minimum of six (6) calendar months after final delivery and acceptance, unless otherwise specified in the technical specifications.

3. Delivery terms As part of its response to this RFQ, the offeror must provide a timeline for completion. This should be detailed in calendar days.

4. Past PerformancePast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects as a part of the quote, together with the contact details for each reference.

6

Page 7: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

5. PriceAlthough technical factors are of paramount consideration in the award of the contract, price is also important to the overall contract award decision.

As per FAR 15.304, technical and past performance, when combined, are significantly more important than price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) 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.

SECTION F - CONTRACT CLAUSES

1. EXECUTIVE ORDER ON TERRORISM FINANCING

The Contractor/Recipient is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the contractor/recipient to ensure compliance with these Executive Orders and laws. This provision must be included in all subcontracts/sub awards issued under this contract/agreement.

2. AUTHORIZED GEOGRAPHIC CODE The authorized geographic code for procurement of goods and services under this contract is 935. 3. FEDERAL ACQUISITION REGULATION (48 CFR 1 CLAUSES)

52.213-4 -- Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items). As prescribed in 13.302-5(d), insert the following clause:

Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items) (Nov 2017)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference:

(1) The clauses listed below implement provisions of law or Executive order:

(i) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

7

Page 8: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

(ii) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

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

(iv) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).

(v) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

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

(vii) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78 (19 U.S.C. 3805 note)).

(2) Listed below are additional clauses that apply:

(i) 52.232-1, Payments (Apr 1984).

(ii) 52.232-8, Discounts for Prompt Payment (Feb 2002).

(iii) 52.232-11, Extras (Apr 1984).

(iv) 52.232-25, Prompt Payment (Jan 2017).

(v) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013).

(vi) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

(vii) 52.233-1, Disputes (May 2014).

(viii) 52.244-6, Subcontracts for Commercial Items (Nov 2017).

(ix) 52.253-1, Computer Generated Forms (Jan 1991).

(b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply:

(1) The clauses listed below implement provisions of law or Executive order:

(i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Applies to contracts valued at $30,000 or more).

(ii) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold).

(iii) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (May 2014) (41 U.S.C. chapter 65) (Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands).

(iv) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) (Applies to contracts of $150,000 or more).

8

Page 9: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

(v) 52.222-36, Equal Employment for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) (Applies to contracts over $15,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, “United States” includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.)

(vi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (Applies to contracts of $150,000 or more).

(vii) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) (Applies to service contracts over $2,500 that are subject to the Service Contract Labor Standards statute and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer Continental Shelf.)

(viii)

(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) (Applies to all solicitations and contracts).

(B) Alternate I (Mar 2015) (Applies if the Contracting Officer has filled in the following information with regard to applicable directives or notices: Document title(s), source for obtaining document(s), and contract performance location outside the United States to which the document applies).

(ix) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (Applies when 52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United States (the 50 States and the District of Columbia).

(x) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706) (Applies when 52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United states (the 50 States and the District of Columbia.))

(xi) 52.213-4, Terms and Conditions – Simplified Acquisitions (Other than Commercial Items).

(xii) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) (E.O. 13423) (Applies to services performed on Federal facilities).

(xiii) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693) (Applies to contracts for products as prescribed at FAR 23.804(a)(1)).

(xiv) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693) (Applies to maintenance, service, repair, or disposal of refrigeration equipment and air conditioners).

(xv) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR® Program or Federal Energy Management Program (FEMP) will be—

(A) Delivered;

9

Page 10: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

(B) Acquired by the Contractor for use in performing services at a Federally-controlled facility;

(C) Furnished by the Contractor for use by the Government; or

(D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance).

(xvi) 52.223-20, Aerosols (Jun 2016) (E.O. 13693) (Applies to contracts for products that may contain high global warming potential hydrofluorocarbons as a propellant or as a solvent; or contracts for maintenance or repair of electronic or mechanical devices).

(xvii) 52.223-21, Foams (Jun 2016) (E.O. 13693) (Applies to contracts for products that may contain high global warming potential hydrofluorocarbons or refrigerant blends containing hydrofluorocarbons as a foam blowing agent; or contracts for construction of buildings or facilities).

(xviii) 52.225-1, Buy American —Supplies (May 2014) (41 U.S.C. chapter 83) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition--(A) Is set aside for small business concerns; or

(B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000).

(xix) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United States).

(xx) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013)

(Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the System for Award Management (SAM) database as its source of EFT information.)

(xxi) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (Applies when the payment will be made by EFT and the payment office does not use the SAM database as its source of EFT information.)

(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App.1241) (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).)

(2) Listed below are additional clauses that may apply:

(i) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) (Applies to contracts when the contractor of a subcontractor at any tier may have Federal contract information residing in or transiting through its information system.)

(ii) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (Applies to contracts over $35,000).

(iii) 52.211-17, Delivery of Excess Quantities (Sep 1989) (Applies to fixed-price supplies).

10

Page 11: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

(iv) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin).

(v) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination).

(c) FAR 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):___________________________________________________________________

___________________________________________________________________[Insert one or more Internet addresses]

(d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its post acceptance rights --

(1) Within a reasonable period of time after the defect was discovered or should have been discovered; and

(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

(e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.

(f) Termination for the Government’s convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor’s records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided.

(g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government

11

Page 12: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.

(h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.

4. 752.252-1 USAID ACQUISITION REGULATION (AIDAR) CLAUSES INCORPORATED BY REFERENCE (MAR 2015)

NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE 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 all AIDAR solicitation provisions and contract clause is contained in the Code of Federal Regulations (CFR) located at 48 CFR chapter 7.

The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date). The internet address to view the full text of the AIDAR is http://www.usaid.gov/policy/ads/300/aidar.pdf.

752.202-1 USAID DEFINITIONS CLAUSE -- SUPPLEMENT FOR USAID CONTRACTS INVOLVING PERFORMANCE OVERSEAS (JUN 2009)752.209-71 ORGANIZATIONAL CONFLICT OF INTEREST DISCOVERED AFTER AWARD (JUN 1993)752.211-70 LANGUAGE AND MEASUREMENT (JUN 1992)752.222-71 NONDISCRIMINATION (JUNE 2012)752.225-71 LOCAL PROCUREMENT (FEB 1997)752.227-14 RIGHTS IN DATA--GENERAL (OCT 2007)752.7006 NOTICES (APR 1984)752.7009 MARKING (JAN 1993)752.7010 CONVERSION OF U.S. DOLLARS TO LOCAL

CURRENCY (APR 1984)752.7013 CONTRACTOR-MISSION RELATIONSHIPS (OCT 1989)752.7025 APPROVALS (APR 1984)752.7035 PUBLIC NOTICES (DEC 1991)752.7037 CHILD SAFEGUARDING STANDARDS (AUG 2016)752.7038 NONDISCRIMINATION AGAINST END-USERS OF SUPPLIES OR SERVICES

(OCT 2016)

AIDAR 752.225-70 SOURCE AND NATIONALITY REQUIREMENTS (FEB 2012)

(a) Except as may be specifically approved by the contracting officer, the contractor must procure all commodities (e.g., equipment, materials, vehicles, supplies) and services (including commodity transportation services) in accordance with the requirements at 22 CFR part 228 “Rules on Procurement of Commodities and Services Financed by USAID.” The authorized source for procurement is Geographic Code 937 unless otherwise specified in the schedule of this contract. Guidance on eligibility of specific goods or services may be obtained from the contracting officer.

(b) Ineligible goods and services. The contractor must not procure any of the following goods or services under this contract:

12

Page 13: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

(1) Military equipment; (2) Surveillance equipment; (3) Commodities and services for support of police and other law enforcement activities; (4) Abortion equipment and services; (5) Luxury goods and gambling equipment; or (6) Weather modification equipment.

(c) Restricted goods. The contractor must obtain prior written approval of the contracting officer or comply with required procedures under an applicable waiver as provided by the contracting officer when procuring any of the following goods or services:

(1) Agricultural commodities; (2) Motor vehicles; (3) Pharmaceuticals and contraceptive items; (4) Pesticides; (5) Fertilizer; (6) Used equipment; or (7) U.S. Government-owned excess property.

If USAID determines that the contractor has procured any of these specific restricted goods under this contract without the prior written authorization of the contracting officer or fails to comply with required procedures under an applicable waiver as provided by the contracting officer, and has received payment for such purposes, the contracting officer may require the contractor to refund the entire amount of the purchase. 752.228-3 WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT) (DEC 1991)

In addition to the requirements specified in (48 CFR) FAR 52.228-3, the contractor agrees to the following:

(a) The Contractor agrees to procure Defense Base Act (DBA) insurance pursuant to the terms of the contract between USAID and USAID's DBA insurance carrier unless the Contractor has a DBA self insurance program approved by the Department of Labor or has an approved retrospective rating agreement for DBA.

(b) If USAID or the contractor has secured a waiver of DBA coverage (see (48 CFR) AIDAR 728.305-70(a)) for contractor's employees who are not citizens of, residents of, or hired in the United States, the contractor agrees to provide such employees with worker's compensation benefits as required by the laws of the country in which the employees are working, or by the laws of the employee's native country, whichever offers greater benefits.

(c) The Contractor further agrees to insert in all subcontracts hereunder to which the DBA is applicable, a clause similar to this clause, including this sentence, imposing on all subcontractors a like requirement to provide overseas workmen's compensation insurance coverage and obtain DBA coverage under the USAID requirements contract.

SECTION G – SOLICITATION PROVISIONS

PROVISIONS INCORPORATED BY REFERENCE752.204-2 Security Requirements. (FEB 1999)752.222-70 USAID Disability Policy. (DEC 2004)

13

Page 14: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

752.225-9 Buy American Act - Trade Agreements Act - Balance of Payments Program752.228-7 Insurance - liability to third persons. (JUL 1997)752.229-70 Federal, state and local taxes.752.245-70 Government property - USAID reporting requirements. (JUL 1997)752.7006 Notices. (APR 1984)752.7008 Use of Government Facilities or Personnel. (APR 1984)752.7027 Personnel. (DEC 1990)752.7029 Post Privileges. (JUL 1993)752.7033 Physical fitness. (JUL 1997)752.7036 USAID Implementing Partner Notices (IPN) portal for acquisition. (JUL 2014)

GOVERNMENT PROPERTY - USAID REPORTING REQUIREMENTS (JUL 1997)The term Government furnished property wherever it may appear in the following clause, shall mean

(1)non-expendable personal property owned by or leased to the U.S. Government and furnished to thecontractor and

(2) personal property furnished either prior to or during the performance of this contract by any U.S. Government accountable officer to the contractor for use in connection with performance of this contract and identified by such officer as accountable. The term Government property, wherever it may appear in the following clause, shall mean Government-furnished property and non-expendable personal property title to which vests in the U.S. Government under this contract. Non-expendable property, forpurposes of this contract, is defined as property which is complete in itself, does not lose its identity orbecome a component part of another article when put into use; is durable, with an expected service life oftwo years or more; and which has a unit cost of more than $500.

Reporting Requirements: The contractor will submit an annual report on all non-expendable property in aform and manner acceptable to USAID:

1 Property which is complete in itself, does not lose its identity or become a component part of anotherarticle when put into use; is durable, with an expected service life of two years or more; and which has aunit cost of more than $500.

2 Government furnished property listed in this Contract as nonexpendable.

3 Explain if transactions were not processed through or otherwise authorized by USAID.

PROPERTY INVENTORY VERIFICATIONSI attest that

(1) physical inventories of Government property are taken not less frequently than annually;

(2)the accountability records maintained for Government property in our possession are in agreement with such inventories; and

(3) the total of the detailed accountability records maintained agrees with the property value shown opposite line C above, and the estimated average age of each category of property is as cited opposite line D above.____________________________Authorized Signature

14

Page 15: ug.usembassy.gov · Web viewPast Performance (Pass/Fail) - Previous experience on projects of similar type will be evaluated. The offeror shall provide a list of reference projects

Solicitation 72061718Q00002

752.7034 Acknowledgment and Disclaimer. (DEC 1991)(a) USAID shall be prominently acknowledged in all publications, videos or otherinformation/media products funded or partially funded through this contract, and the product shallstate that the views expressed by the author(s) do not necessarily reflect those of USAID.Acknowledgments should identify the sponsoring USAID Office and Bureau or Mission as well asthe U.S. Agency for International Development substantially as follows: "This [publication, videoor other information/media product (specify)] was made possible through support provided by theOffice of [ ], Bureau for [ ], U.S. Agency for International Development, under the terms ofContract No. [ ]. The opinions expressed herein are those of the author(s) and do not necessarilyreflect the views of the U.S. Agency for International Development."

(b) Unless the contractor is instructed otherwise by the cognizant technical office publications,videos or other information/media products funded under this contract and intended for generalreadership or other general use will be marked with the USAID logo and/or U.S. AGENCY FORINTERNATIONAL DEVELOPMENT appearing either at the top or at the bottom of the frontcover or, if more suitable, on the first inside title page for printed products, and inequivalent/appropriate location in videos or other information/media products. Logos andmarkings of co-sponsors or authorizing institutions should be similarly located and of similar sizeand appearance.

[END SOLICITATION]

15