Sunteți pe pagina 1din 23

Peace Corps

Solicitation No. PC-16-Q-042

SECTION 1 - SUPPLIES OR SERVICES AND ESTIMATED PRICES


1.1

CONTRACT TYPE

The Peace Corps intends to award multiple BPAs as a result of this solicitation with one (1) 12 month
base and four (4) 12 month option years. The estimated value of this BPA is estimated to be $5.5M. This
BPA does not obligate any funds. Call Orders issued against this BPA will obligate funds. Call Orders
will be Firm Fixed Price.
1.2

PRICE

*The Vendor shall propose a fixed price, per unit, per year with volume discounts. The per unit
price shall include cost of delivery and storage.
All orders placed under this BPA are not subject to any upward adjustment in regards to price during the
term of the BPA. Spot discounting is encouraged. The prices will be reviewed annually, and as required
to determine whether prices offered are appropriate in accordance with the agreement.
Most Favored Customer Prices: The prices under this BPA shall be at least as low as the prices that the
Offeror has under any other contract instrument, under like terms and conditions. If at any time the prices
under any other contract instrument become lower than the prices in this BPA, the vendor must notify
Peace Corps immediately and the BPA will be modified to include the lower prices.
SECTION 2 STATEMENT OF WORK
2.1

OBJECTIVES

The objective of this BPA is to provide commercial off-the-shelf (COTS) portable water filtration systems
and replacement parts to Peace Corps Volunteers (PCVs) to ensure they have a reliable supply of safe
drinking water in order to prevent water borne illness.
2.2

SCOPE

The scope of this BPA is to provide COTS portable water filtration systems and replacement parts to
PCVs which are self-sufficient, durable, reliable, and portable.
2.3

SUPPLY SPECIFICATIONS

The Vendor shall deliver portable water filtration systems and replacement parts as specified in each
individual call and in accordance with the technical requirements detailed below.
Minimum Technical Requirements:

Water Filter System shall be:


a. Simple to operate. A passive and/or man powered, no more than two (2) stages for
complete filtration to occur, and provide short term filtered water storage.
b. Easy to transport. The total system weight shall not exceed 30 pounds (lbs.)

Page 1 of 23

Peace Corps

Solicitation No. PC-16-Q-042

c. Easy to maintain. The user shall be able to adequately clean the system with soap, water,
and a cloth.
d. Capable of being put into operation by a single PCV.
1e. System is encased and durable enough to withstand harsh environments such as but not
limited to:
i. Freezing temperatures
ii. Extreme heat
f. Operable in a passive and/or man-powered configuration limited to Gravity and/or a hand
pump. Motorized or electric powered systems are not acceptable.
g. Provides short-term storage for 1-Day of filtered water supply, at least 3 liters, for one (1)
PCV.
h. Warranty of no less than 24 months for all mechanical parts and pieces associated with the
minimum water filter requirements (at least 3 liters ).
i. Capacity to remove parasitic cysts and pathogenic bacteria, as well as bad taste, odor,
sediment, chlorine, and organic chemicals such as pesticides, herbicides, and industrial
solvents.
j. Size of the filter pore shall be <0.015 microns, small enough to remove 99.9% of viruses.

Replacement Parts
a. The Vendor shall provide any replacement parts related to the water filtration system
identified in Section 2.3. The replacement parts to be identified by the Vendor.
b. Warranty minimum of 24 months for all replacement parts
The life cycle of each system shall be a minimum of 48 months (4 years), in which two (2)
volunteers may use the same system. The life cycle on each replacement or spare part shall be a
minimum of 24 months (2 years).
SECTION 3 INSPECTION AND ACCEPTANCE

3.1

INSPECTION AND ACCEPTANCE/QUALITY ASSURANCE

Inspection and acceptance of services to be furnished hereunder shall be performed at place of


performance or destination, by the Technical Point of Contact (TPOC), in accordance with FAR Clause
52.212-4, Contract Terms and Conditions Commercial Items (May 2015).
SECTION 4 DELIVERIES OR PERFORMANCE
4.1

PERIOD OF PERFORMANCE

(a) The period of performance (POP) of this BPA will consist of one (1) base period of 12 months and
four (4) option periods of 12 months each. The base ordering period of this BPA is from the effective
date of award through twelve months thereafter.
(b) The option ordering periods that may be exercised are as follows:
YEAR

PERIOD OF PERFORMANCE
Page 2 of 23

Peace Corps
Option Year 1
Option Year 2
Option Year 3
Option Year 4

Solicitation No. PC-16-Q-042


Date of Option Exercise through 12 months
Date of Option Exercise through 12 months
Date of Option Exercise through 12 months
Date of Option Exercise through 12 months

(c) The Government may unilaterally extend the term of this BPA, by exercising the option periods
following the terms specified in FAR 52.217-9. (See Section 7.2)
The Government shall review this agreement annually and, as necessary, make adjustments to
ensure the terms of the agreement remain favorable.
The Government may cancel this BPA for cause or for the Governments convenience by providing
advance written notice to the Vendor.
4.2

PLACE OF PERFORMANCE

Peace Corps anticipates that all performance under this BPA will be at the Vendors site. The exact
requirements will be specified in the subject call orders.
4.3

DELIVERIES

Unless otherwise indicated on the BPA call/order, all deliveries shall be FOB destination made to:
13882 Redskin Dr.
Herndon, VA 20171
Only those products specifically listed in this BPA are authorized for delivery. Delivery of unauthorized
products shall be at the risk of and the sole responsibility of the supplier and may result in non-payment
as well as cancellation of this agreement.
Partial delivery of items will not be accepted unless otherwise noted in each individual call.
All items ordered shall be delivered within 30 days from order effective date, unless otherwise stated in
the call/order.
SECTION 5- BPA ADMINISTRATION DATA
5.1

CONTRACTING OFFICERS AUTHORITY

The Contracting Officer (CO) is the only person authorized to make or approve any changes to any of the
requirements of this BPA, and, notwithstanding any provisions contained elsewhere in this BPA, the said
authority remains solely in the Contracting Officer. In the event the Vendor makes any changes at the
direction of any person other than the Contracting Officer, the change will be considered to have been
made without authority and no adjustment will be made in the BPA terms and conditions, including price.
5.2

TECHNICAL POINT OF CONTACT (TPOC)

(a) [TBD at the time of award] is hereby designated as the Technical Point of Contact (TPOC). The
TPOC may be changed at any time by the Government without prior notice to the Vendor by a unilateral
modification to the BPA. The TPOC is located at:
Page 3 of 23

Peace Corps

Solicitation No. PC-16-Q-042

[TBD]

(b) The responsibilities and limitations of the TPOC are as follows:


(1) The TPOC is responsible for the technical aspects of the BPA and serves as technical liaison with the
Vendor. The TPOC , or his/her designated alternate, is also responsible for the final inspection and
acceptance of all deliverables and such other responsibilities as may be specified in the BPA or individual
call orders.
(2) The TPOC is not authorized to make any commitments or otherwise obligate the Government or
authorize any changes which affect the BPA price, terms or conditions. Any Vendor request for changes
shall be referred to the Contracting Officer directly. No such changes shall be made without the express
written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or
alternate TPOC(s) to act for the TPOC by naming such assistant/alternate(s) in writing and transmitting a
copy of such designation to the Vendor.
5.3

PLACEMENT OF ORDERS/ DELIVERY TICKETS

(a) The Vendor shall provide goods and under this BPA only as directed in Call Orders issued by
authorized individuals. Each order will include:
(1) Date of order;
(2) BPA number and order number;
(3) Item number and description, quantity, and unit price or estimated cost or fee;
(4) Delivery or performance date;
(5) Place of delivery or performance (including consignee);
(6) Packaging, packing, and shipping instructions, if any;
(7) Accounting and appropriation data;
(8) Method of payment and payment office, if not specified in the BPA;
(9) Any other pertinent information.
(b) The following individuals (or activities) are authorized to place Call Orders against this BPA:
TBD
(1) Any duly appointed Contracting Officer of the Peace Corps acting within the scope and limits of their
Contracting Officers Warrant.

5.3.1 CALL ORDERS


(a) All work shall be initiated only by issuance of fully executed Call Orders issued by a
Contracting Officer. The work to be performed under these orders must be within the scope of the
BPA. The Government is only liable for the costs expended under the terms and conditions of this
BPA to the extent that a fully executed Call Order has been issued and covers the required work and
costs. Charges for any work not authorized shall be disallowed.
(b) For each Call Order under the BPA, the Contracting Officer shall send a request for quote to the
Vendor(s). The request will contain a detailed description of the supplies to be received, a schedule
for completion of the Call Order, and deliverables to be provided by the Vendor. The anticipated
Page 4 of 23

Peace Corps

Solicitation No. PC-16-Q-042

time for quote submission from Call Order quote request is (10) business days
(c) The Vendor shall submit a quote defining the delivery terms and proposed price.
(d) Call Orders will be considered fully executed upon signature of the Contracting Officer. The
Vendor shall begin work on the Call Order in accordance with the effective date of the order.
(e) The Vendor shall notify the Contracting Officer of any instructions or guidance given that may
impact the cost, schedule or deliverables of the Call Order. A formal modification to the Call Order
must be issued by the Contracting Officer before any changes can be made.
(f) Call Orders may be placed during the period of performance of the BPA. Prices applicable to the
performance of an order will be the BPA rates that are in effect at the time the Call Order is issued.
(g) Call Orders will be Firm Fixed Price.
5.4

INVOICING PROCEDURES

(a) Invoice Format


The format of the invoice and/or accompanying documentation shall be agreed on between the TPOC and
the Vendor. The Vendor shall submit invoices monthly and render an electronic copy to:
ATTN: OGAP
GAPdomesticinvoice@peacecorps.gov.
For questions regarding payments, please send an email inquiry, including the invoice number, billed
amount and date sent to Disbursing@peacecorps.gov.
(b) Invoice Information
The invoice shall include, but not be limited to, the following information:
(1) Name and address of the Vendor
(2) Invoice date and invoice number
(3) Period of performance covered by the invoice
(4) Description, price(s), date of service, and quantity(ies) of services and supplies for which payment is
being requested
(5) Shipping and payment terms, if any
(6) EFT account/payment information
(7) Costs incurred under the current voucher or costs incurred to date (cumulative)
(8) Signature of the Vendors authorized representative
(9) Vendors Tax Identification Number (TIN)
(c) Invoice Certification
Upon receipt of the invoices, the Peace Corps will check the invoices for correctness and appropriateness
of the charges and will ensure that chargeable items appearing on the invoices have been formally
accepted by the Peace Corps. In the event that the Peace Corps discovers any discrepancies in the invoice,
the Peace Corps Contracting Officer and TPOC will, in addition to following the requirements of the
Prompt Payment Act, take steps necessary to resolve the discrepancies with the Vendor.
Page 5 of 23

Peace Corps

Solicitation No. PC-16-Q-042

(d) Invoice Payment


For the purposes of this subsection, invoice payment is a Government disbursement of moneys to the
Vendor under this order for products and/or services which are formally accepted by the Government.
Invoices are payable in accordance with the requirements of the Prompt Payment Act. Payment will be
considered as being made on the day the electronic funds transfer is made.
(e) Invoice Requirements
Invoices shall be submitted in accordance with FAR 52.212-4(g). In the event of an inconsistency
between the provisions of this BPA and the Vendors invoice, the provisions of this BPA shall take
precedence.
5.5

EXTENT OF OBLIGATION

The Government is obligated only to the extent of authorized purchases actually made via Calls/Orders
under the BPA.
5.6

BPA ESTIMATED QUANITITIES

The Government estimates, but does not guarantee, that purchases through this BPA may total $5.5M
over the life of the BPA. This is not a maximum ceiling amount; it is strictly an estimate and may be
exceeded at the discretion of the Government on a unilateral basis. There is no minimum guaranteed
dollar amount, quantity, or initial order quantity. The Government is obligated only to the extent of
authorized purchases actually ordered under this BPA.
5.7

REVIEW OF BPAS
(a) The contracting officer placing orders under a BPA, or the designated representative of the
contracting officer, shall review a sufficient random sample of the BPA files at least annually
to ensure that authorized procedures are being followed.
(b) The contracting officer that entered into the BPA shall
(1) Ensure that each BPA is reviewed at least annually and, if necessary, updated at that time;
and
(2) Maintain awareness of changes in market conditions, sources of supply, and other
pertinent factors that may warrant making new arrangements with different suppliers or
modifying existing arrangements.
(c) If an office other than the purchasing office that established a BPA is authorized to make
purchases under that BPA, the agency that has jurisdiction over the office authorized to make
the purchases shall ensure that the procedures in paragraph (a) of this subsection are being
followed.
SECTION 6 SPECIAL BPA REQUIREMENTS

6.1

GOVERNMENT-FURNISHED PROPERTY

Government-Furnished Property will not be provided under this BPA.

Page 6 of 23

Peace Corps
6.2

Solicitation No. PC-16-Q-042

TRAVEL

Travel is not authorized under this BPA.


6.3

USE OF PEACE CORPS NAME AND LOGO

The Vendor shall make no publicity announcements or issue other public relations or promotional
materials mentioning the Vendors connection with Peace Corps without first consulting with the
Contracting Officer. Further the Vendor shall not use the Peace Corps name and/or logo in conjunction
with, or proximity to, the Vendors logo, trademark, trade name or facsimile thereof (co-branding)
without the written advance concurrence of the Contracting Officer.
6.4

RESTRICTION ON ADVERTISING

The Vendor shall not refer to this BPA in commercial advertising or similar promotions in such a manner
as to state or imply that the product or service provided is endorsed or preferred by the Peace Corps, or
any other element of the Federal Government, or is considered by these entities to be superior to other
products or services. Any advertisement by the Vendor shall contain the following statement: This
advertisement is neither paid for nor sponsored, in whole or in part, by any element of the United States
Government.
6.5

INDIVIDUALS/ENTITIES ENGAGED IN INTELLIGENCE ACTIVITIES

It is the policy of Peace Corps to exclude from engagement via contractual relationship, including
subcontracts, any individuals who have engaged in intelligence activity or related work or who have been
employed by or connected with an intelligence agency either directly or by way of BPA.
6.6

OBSERVANCE OF LEGAL HOLIDAYS

(a) The Government hereby provides NOTICE and Vendor hereby acknowledges RECEIPT that
Government personnel observe the listed days as holidays:
New Year's Day
Martin Luther King's Birthday
President's Birthday
Memorial Day
Independence Day
Labor Day
Columbus Day
Veteran's Day
Thanksgiving Day
Christmas
(b) In addition to the days designated as holidays, the Government observes the following days:
Any other day designated by Federal Statute
Any other day designated by Executive Order
Any other day designated by the President's Proclamation
(c) It is understood and agreed between the Government and the Vendor that observance of such days by
Government personnel shall not otherwise be a reason for an additional period of performance, or
Page 7 of 23

Peace Corps

Solicitation No. PC-16-Q-042

entitlement to compensation except as set forth within the BPA. If a Vendor believes that an unplanned
absence impacted the price or period of performance they should notify the contracting officer of the
changed condition and submit a claim for equitable adjustment (see FAR 52.212-4(d) and (f)).
(d) Nothing in this clause abrogates the rights and responsibilities of the parties relating to a stop work
provisions as cited in other sections of this BPA.
6.7

RELEASE OF CLAIMS

(a)
At the conclusion of the ordering period of the BPA, and prior to final payment, the Contractor
shall furnish to the Contracting Officer, a release of claims against the United States arising out of the
orders placed under the BPA, other than claims specifically excepted from the operation of the release.
Copies of the required form may be obtained from the Contracting Officer at the email address listed in
Section 9.3.
6.8

FREEDOM OF INFORMATION ACT (FOIA) REQUESTS

With respect to a Freedom of Information Act (FOIA) request for any part of the contractor's technical
proposal that is incorporated by reference in this BPA, before responding to the FOIA request the
Government will afford the contractor an opportunity to explain why it believes some or all of the
relevant parts of the technical proposal may be exempt from release under the FOIA.
SECTION 7 BPA CLAUSES
This BPA 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 may be accessed electronically at these addresses: https://acquisition.gov/far/index.html or
http://farsite.hill.af.mil/.
The following clauses are hereby incorporated by reference into the BPA. Additional clauses may be
incorporated at the time of issuing call orders.
52.203-17
52.204-19
52.204-7
52.204-8
52.212-4
52.225-25

Contractor Employee Whistleblower Rights and Requirement to


Inform Employees of Whistle blower Rights
Incorporated by Reference of Representations and Certifications
System for Award Management
Annual Representations and Certifications
Contract Terms and Conditions Commercial Items
Prohibition on Contracting with Entities Engaging In Certain
Activities or Transactions Relating to IranRepresentation and
Certifications

APR 2014
DEC 2014
OCT 2016
APR 2016
May 2015
52.225-25

The following full text clauses are being incorporated into this BPA. Additional clauses may be
incorporated at the time of issuing Call Orders.
7.1

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the
rates specified in the BPA. These rates may be adjusted only as a result of revisions to prevailing
labor rates provided by the Secretary of Labor. The option provision may be exercised more than
Page 8 of 23

Peace Corps

Solicitation No. PC-16-Q-042

once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting
Officer may exercise the option by written notice to the Vendor within 30 days prior to expiration of
the BPA.
7.2

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this BPA by written notice to the Vendor within 2 days
before the BPA expires; provided that the Government gives the Vendor a preliminary written notice of
its intent to extend at least 30 days before the BPA expires. The preliminary notice does not commit the
Government to an extension.
(b) If the Government exercises this option, the extended BPA shall be considered to include this option
clause.
(c) The total duration of this BPA, including the exercise of any options under this clause, shall not
exceed (60) months.
7.3 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive
OrdersCommercial Items (SEPT 2016).
(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:
[Contracting Officer check as appropriate.]
_X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I
(Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).
__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of
2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American
Recovery and Reinvestment Act of 2009.)
_X _ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015)
(Pub. L. 109-282) (31 U.S.C. 6101 note).
__ (5) [Reserved].
Page 9 of 23

Peace Corps

Solicitation No. PC-16-Q-042

_ _ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of
Div. C).
__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014)
(Pub. L. 111-117, section 743 of Div. C).
_ X _ (8) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
_X_ (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]
_X_ (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 (Oct 2014) (15 U.S.C. 637(d)(2) and (3)).
_ _ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)).
__ (ii) Alternate I (Oct 2001) of 52.219-9.
__ (iii) Alternate II (Oct 2001) of 52.219-9.
__ (iv) Alternate III (Oct 2015) 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)).

Page 10 of 23

Peace Corps

Solicitation No. PC-16-Q-042

__ (20) 52.219-16, Liquidated DamagesSubcon-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 Rerepresentation (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)).
_ X _ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_ X _ (26) 52.222-19, Child LaborCooperation with Authorities and Remedies (Feb 2016) (E.O.
13126).
_ X _ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_ X _ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
_ X _ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).
_ X _ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
_ X _ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
(E.O. 13496).
_ X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O.
13627).
_X_ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not
applicable to the acquisition of commercially available off-the-shelf items or certain other types of
commercial items as prescribed in 22.1803.)
_ _ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPADesignated Items
(May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available
off-the-shelf items.)
__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of
commercially available off-the-shelf items.)
_ X _ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential
Hydrofluorocarbons (Jun 2016) (E.O. 13693).
Page 11 of 23

Peace Corps

Solicitation No. PC-16-Q-042

__ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air
Conditioners (Jun 2016) (E.O. 13693).
__ (38)(i) 52.223-13, Acquisition of EPEAT-Registered Imaging Equipment (Jun 2014) (E.O.s 13423
and 13514).
__ (ii) Alternate I (Oct 2015) of 52.223-13.
__ (39)(i) 52.223-14, Acquisition of EPEAT-Registered Televisions (Jun 2014) (E.O.s 13423 and
13514).
__ (ii) Alternate I (Jun 2014) of 52.223-14.
__ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
__ (41)(i) 52.223-16, Acquisition of EPEAT-Registered Personal Computer Products (Oct 2015) (E.O.s
13423 and 13514).
__ (ii) Alternate I (Jun 2014) of 52.223-16.
_ X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
(E.O. 13513).
__ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
__ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693).
_ X_ (45) 52.225-1, Buy AmericanSupplies (May 2014) (41 U.S.C. chapter 83).
__ (46)(i) 52.225-3, Buy AmericanFree Trade AgreementsIsraeli 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.
__ (47) 52.225-5, Trade Agreements (Feb 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
_X_ (48) 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).
__ (49) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul
2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10
U.S.C. 2302 Note).
__ (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
Page 12 of 23

Peace Corps

Solicitation No. PC-16-Q-042

__ (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42
U.S.C. 5150).
__ (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505,
10 U.S.C. 2307(f)).
__ (53) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C.
2307(f)).
_ X_ (54) 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (Jul 2013)
(31 U.S.C. 3332).
__ (55) 52.232-34, Payment by Electronic Funds TransferOther than System for Award Management
(Jul 2013) (31 U.S.C. 3332).
_ X_ (56) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
__ (57) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
__ (58)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46
U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
__ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial
services, that the Contracting Officer has indicated as being incorporated in this contract by reference to
implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).
__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41
U.S.C. chapter 67).
__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
(Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor StandardsPrice 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 EquipmentRequirements (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 ServicesRequirements (May 2014) (41 U.S.C. chapter 67).

Page 13 of 23

Peace Corps

Solicitation No. PC-16-Q-042

_X_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
__ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C.
1792).
__ (10) 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 RecordsNegotiation.
(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 Contractors directly pertinent records
involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and
other evidence for examination, audit, or reproduction, until 3 years after final payment under this
contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the
other clauses of this contract. If this contract is completely or partially terminated, the records relating to
the work terminated shall be made available for 3 years after any resulting final termination settlement.
Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising
under or relating to this contract shall be made available until such appeals, litigation, or claims are finally
resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and
other data, regardless of type and regardless of form. This does not require the Contractor to create or
maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant
to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause,
the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a
subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be
as required by the clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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).

Page 14 of 23

Peace Corps

Solicitation No. PC-16-Q-042

(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).
(End of clause)
SECTION 8 LIST OF ATTACHMENTS
Attachment 1: Domestic Vendor File Request Form
Attachment 2: Pricing Table
Attachment 3: Past Performance Questionnaire
Attachment 4: Representations and Certifications

SECTION 9 INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS


9.1
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB
1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make their full text
available. The Offeror is cautioned that the listed provisions may include blocks that must be completed
by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those
provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate
information with its quotation or offer. Also, the full text of a solicitation provision may be accessed
electronically at this address: https://acquisition.gov/far/index.html

FAR
Reference

Title

Date

52.212-1

Instructions to Offerors Commercial Items

Oct 2016

52.204-7

System for Award Management

OCT 2016

52.204-8

Annual Representations and Certifications

APR 2016

52.225-25

Prohibition on Contracting with Entities Engaging


In Certain Activities or Transactions Relating to
IranRepresentation and Certifications

Page 15 of 23

Oct 2015

Peace Corps
9.2

Solicitation No. PC-16-Q-042

52.233-2 SERVICE OF PROTEST (SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with
an agency, and copies of any protests that are filed with the General Accountability Office (GAO), shall
be electronically served on the Contracting Officer at kstith@peacecorps.gov by obtaining written and
dated acknowledgment of receipt from the Contracting Officer in the form of an email confirmation of
receipt.
(b) The copy of any protest shall be received in the office designated above within one day of filing a
protest with the GAO.
9.3 52.212-1 INSTRUCTIONS TO OFFERORSCOMMERCIAL ITEMS (OCT 2016)
(a) North American Industry Classification System (NAICS) code and small business size standard. The
NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation
cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in
its own name, but which proposes to furnish an item which it did not itself manufacture, is 500
employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or
before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead
stationery, or as otherwise specified in the solicitation. As a minimum, offers must show
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the
requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) Remit to address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for
those representations and certifications that the offeror shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant
contracts for the same or similar items and other references (including contract numbers, points of contact
with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement
with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required
representations or information, or reject the terms and conditions of the solicitation may be excluded from
consideration.
Page 16 of 23

Peace Corps

Solicitation No. PC-16-Q-042

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar
days from the date specified for receipt of offers, unless another time period is specified in an addendum
to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to
the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall
be submitted at no expense to the Government, and returned at the senders request and expense, unless
they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and
conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted
will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as
to reach the Government office designated in the solicitation by the time specified in the solicitation. If no
time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated
Government office on the date that offers or revisions are due.
(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office
designated in the solicitation after the exact time specified for receipt of offers is late and will not be
considered unless it is received before award is made, the Contracting Officer determines that accepting
the late offer would not unduly delay the acquisition; and
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was
received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working
day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation
designated for receipt of offers and was under the Governments control prior to the time set for receipt of
offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to
the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the
time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt
maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot
be received at the Government office designated for receipt of offers by the exact time specified in the
solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice
of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended
to the same time of day specified in the solicitation on the first work day on which normal Government
processes resume.

Page 17 of 23

Peace Corps

Solicitation No. PC-16-Q-042

(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of
offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes
facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for
receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An
offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time
set for receipt of offers, the identity of the person requesting withdrawal is established and the person
signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and
award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the
offerors best terms from a price and technical standpoint. However, the Government reserves the right to
conduct discussions if later determined by the Contracting Officer to be necessary. The Government may
reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive
informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the
offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may
not be submitted for quantities less than those specified. The Government reserves the right to make an
award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the
offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR
Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this
solicitation may be obtained for a fee by submitting a request to
GSA Federal Supply Service Specifications Section
Suite 8100
470 East LEnfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs
issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited
in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph
(i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following
ASSIST websites:
(i) ASSIST (https://assist.dla.mil/online/start/).
(ii) Quick Search (http://quicksearch.dla.mil/).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock
Point (DoDSSP) by
Page 18 of 23

Peace Corps

Solicitation No. PC-16-Q-042

(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);


(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094,
Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their
preparation, publication, or maintenance.
(j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the
solicitation requires the Contractor to be registered in the System for Award Management (SAM)
database.) The Offeror shall enter, in the block with its name and address on the cover page of its offer,
the annotation Unique Entity Identifier followed by the unique entity identifier that identifies the
Offerors name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if
applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is
assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative
EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity
identifier, it should contact the entity designated at www.sam.gov for unique entity identifier
establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government
contract when contacting the entity designated at www.sam.gov for establishing the unique entity
identifier.
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission
of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the
SAM database prior to award, during performance and through final payment of any contract resulting
from this solicitation. If the Offeror does not become registered in the SAM database in the time
prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise
successful registered Offeror. Offerors may obtain information on registration and annual confirmation
requirements via the SAM database accessed through https://www.acquisition.gov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose
the following information, if applicable:
(1) The agencys evaluation of the significant weak or deficient factors in the debriefed offerors offer.
(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and
past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source
selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by the
successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether sourceselection procedures set forth in the solicitation, applicable regulations, and other applicable authorities
were followed by the agency.
Page 19 of 23

Peace Corps

9.4

Solicitation No. PC-16-Q-042

GENERAL QUOTE PREPARATION

Quotes submitted in response to this solicitation shall be written clearly, concisely, well-ordered, indexed,
and logically assembled. All pages of each part shall be appropriately numbered and identified with the
name of the Offeror, the date, and the solicitation number. Each volume shall be clearly marked by
volume number and title.
The Government intends to award without communications with Offerors; therefore, the Offeror's initial
proposal should be clear and complete and contain the Offeror's best terms and price. The Government
reserves the right to conduct communications if deemed necessary.
All questions concerning this RFQ must be submitted by e-mail (no telephone calls please) to
kstith@peacecorps.gov no later than 11:00 am EDT on November 21, 2016. All questions submitted
must reference the RFQ number in the subject line of all messages.
Quotes must be submitted electronically to kstith@peacecorps.gov no later than 11:00 am EDT on
November 28, 2016. All electronic files must be in Microsoft Word, Microsoft Excel, or Adobe
PDF format. Quotes must use a font no smaller than 11 point (texts in tables and graphs may be no
smaller than 10 point), and be printable on 8-1/2" by 11" paper. Only information presented in the
proposal will be evaluated. The maximum file size of attachments in each email cannot exceed 25
megabytes. Offerors will receive a confirmation from the Government acknowledging receipt of
their quote. It is the responsibility of the Offeror to ensure that their quote is successfully received
via email. Submission of quotes shall be in accordance with this RFQ in order to be eligible for
award.
Quote submissions shall remain valid for a minimum of 90 calendar days from date of receipt and
shall consist of two (2) volumes, as follows:
9.4.1

Volume 1 (Technical Quote)

The Technical Proposal shall demonstrate the offeror's capability to meet the requirements
contained in Section 2 entitled Statement of Work. The vendor shall provide a written
document which outlines their ability to meet the minimum technical requirements, ability to
ship to DC and overseas, and warranty details. There is a page limit of 20 pages single spaced for
the technical section; however vendors are encouraged to submit the fewest number of pages
responsive to the Statement of Work. Pricing information SHALL NOT be included in the
technical quote. The directions provided within this section assist in providing a fair and
reasonable evaluation of all quotations received. The Agency may determine those quotes not
following the directions unacceptable, and if so, shall receive no further consideration.
Vendors shall submit proposal content and information exactly as follows:

Part A -Company background.


Part B -Technical capability
Part C -Past Performance

Page 20 of 23

Peace Corps
9.4.2

Solicitation No. PC-16-Q-042

Volume II (Price Quote)

Volume II shall propose the Offerors best rates and discounts. Assumption on the Offerors part (if any)
must be explicitly indicated, all assumptions must be in the same section and the section must be clearly
titled. Vendors must propose and price the complete requirement, including options, in order to be eligible
for award. At the time of award, information from the price schedule submitted will be incorporated into
this section. The Offeror shall submit pricing information electronically in Excel format using the
template provided as Attachment 2- Pricing Table. The estimated quantities shown under the Sample
Evaluation Call order tab found within Attachment 2 will be used as a cost model for evaluation
purposes relative to the first Call Order to be issued under this solicitation. There is no guarantee that
these specific quantities will be ordered as part of the first Call Order
SECTION 10 EVALUATION FACTORS FOR AWARD
10.1

GENERAL

This solicitation is being conducted under FAR part 13, Simplified Acquisition Procedures. The
evaluation of offers received SHALL NOT be on the basis of FAR Part 15.
Award will made to the responsible Offeror whose offer, conforming to the solicitation, will be most
advantageous to the Government, and that constitutes the best value that meets or exceeds the needs at the
lowest overall cost.
A written notice of award or acceptance of an offer, emailed to the successful Offeror within the time for
acceptance specified in the offer, shall result in a binding BPA without further action by either party.
The following factors will be used to evaluate offers:

10.2

FACTOR 1: TECHNICAL PROPOSAL

Sub Factor 1: Technical Acceptability


Each Offeror must submit a quote that conforms to the solicitation, terms and conditions, the
requirements of Section 2 entitled Statement of Work and demonstrates a thorough knowledge and
understanding of those requirements. The vendor shall provide a written document which outlines their
ability to meet the minimum technical requirements, ability to ship to DC and overseas, and warranty
details. The vendor shall provide a sample of the product material for Peace Corps inspection.
An evaluation rating of Technically Acceptable / Unacceptable will be assigned upon completion of the
technical quotations evaluation. If an Offeror receives a technical rating of Unacceptable they will not
be considered for award. Technically Acceptable Criteria:

Water Filter System shall be:


a. Simple to operate. A passive or man powered, no more than two (2) stages for complete
filtration to occur, and provide short term filtered water storage.
b. Easy to transport. The total system weight shall not exceed 30 pounds (lbs.)
1c. Easy to maintain. The user shall be able to adequately clean the system with soap, water,
and a cloth.
1d. Capable of being put into operation by a single PCV.
Page 21 of 23

Peace Corps

Solicitation No. PC-16-Q-042

e. System is encased and durable enough to withstand harsh environments such as but not
limited to:
i. Freezing temperatures
ii. Extreme heat
f. Operable in a passive and/or man-powered configuration limited to Gravity and/or a hand
pump. Motorized or electric powered systems are not acceptable.
g. Provides short-term storage for 1-Day of filtered water supply, at least 3 liters, for 1 PCV.
1h. Warranty of no less than 24 months for all mechanical parts and pieces associated with
the minimum water filter requirements.
i. Capacity to remove parasitic cysts and pathogenic bacteria, as well as bad taste, odor,
sediment, chlorine, and organic chemicals such as pesticides, herbicides, and industrial
solvents.
j. Size of the filter pore shall be <0.015 microns, small enough to remove 99.9% of viruses.

Replacement Parts
a. The Vendor shall provide any replacement parts related to the water filtration system
identified in Section 3.3. The replacement parts to be identified by the Vendor.
b. Warranty minimum of 24 months for all replacement parts
The Vendor shall provide a warranty on all parts and systems for a minimum of 24 months after
receipt of order (ARO).
The life cycle of each system shall be a minimum of 48 months (4 years). ,
The life cycle on each spare part shall be a minimum of 24 months (2 years).

Sub Factor 2: Past Performance


Past performance is a measure of the degree to which an Offeror as an organization has satisfied its
customers. Although the Peace Corps cannot guarantee that it will contact all of the Offerors references
and their proposed subcontractors references, it will make a reasonable effort to contact them to inquire
about 1) the quality and timeliness of the Offerors work, 2) the Offerors ability to estimate costs
accurately and to stay within budget, 3) the Offerors business behavior and commitment to customer
satisfaction, and 4) the Offerors technical and management capabilities.

In Volume I the Offeror must include information on at least three (3) projects performed in the past three
(3) years that are similar in scope, size, and complexity to the work to be performed under this BPA. The
narrative must clearly describe the role and length of the Offerors involvement in the project
For each past performance reference, provide the following:
(1) Contract number;
(2) Type of Contract;
(3) Dollar value;
(4) Period of Performance;
(5) Project/Requirement Description;
(6) Contract role (prime or sub); and
(7) Contact name, phone, and email, of reference.

Page 22 of 23

Peace Corps

Solicitation No. PC-16-Q-042

The Offeror must forward the Past Performance Questionnaire Form (Attachment E) to any relevant
references including each of the references included in the quote. The references must complete and sign
the form and return it directly to the Contract Specialist kstith@peacecorps.gov
10.3

FACTOR 3 PRICE

(a) To be considered for award, the Vendor must submit prices which comply with the requirements set
forth in Section 9.4.2 Volume II- Price Quote above. Vendors who fail to comply with these
requirements will receive no further consideration and will be eliminated from this evaluation.
(b) Price Table - The Peace Corps will evaluate each Offerors proposed discounts to be applied against
the required supply requirements. Furthermore, the Government will calculate the total evaluated price
(which includes proposed discounts offered) for the Sample Evaluation Call Order by multiplying the unit
price by the estimated quantity of water filtration systems. The Government will verify the mathematical
accuracy of the total evaluated price computation.

(c)The Government may reject a quote as being unacceptable if it is materially unbalanced as to prices for
the base period and the option periods.
The Government anticipates that adequate price competition will establish a fair and reasonable price.
However, if the Government does not receive adequate price competition, it will evaluate price proposals
to ensure price reasonableness of the supplies being provided to the Government.
10.4

BASIS FOR AWARD

The Government anticipates the award of up to three (3) BPAs as a result of this RFQ however, reserves
the right to make no award. This acquisition will utilize Lowest Priced Technically Acceptable (LPTA)
procedure to make a best value award. A decision on the technical acceptability of each offerors
quotations will be made. For those offerors which are determined to be technically acceptable, award will
be made to up to three (3)vendors with the lowest overall price. Award will be made to the responsible
offerors whose quotation conforms to all solicitation requirements, such as terms and conditions,
representations and certifications, technical requirements, and also provides the best value to the
Government based on the results of the evaluation described in Section 10.
10.4.1 Communications
The Government anticipates the award of multiple BPAs based on the initial quotations. If further
questions are required, the contracting officer may contact the offeror or offerors. .

Page 23 of 23

S-ar putea să vă placă și