SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation.

Similar documents
2. Bidder shall notify Buyer if a former employee of Buyer is representing Bidder in connection with its proposal or any resulting order.

MANDATORY GENERAL TERMS AND CONDITIONS:

CUSTOMER CONTRACT REQUIREMENTS VAATE CUSTOMER CONTRACT FA D-2928

CUSTOMER CONTRACT REQUIREMENTS Integrity and Reliability of Integrated Circuits (IRIS) Phase III. CUSTOMER CONTRACT HR C-0041

L3 Technologies, Inc.

CUSTOMER CONTRACT REQUIREMENTS

Limitations on Pass-Through Charges. Government Contracts Update Volume 2, Nov. 2011

The Sherwin-Williams Company Human Trafficking Compliance Plan

Monitoring Subcontracts

SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) BASIC (DEVIATION 2018-O0007) (DEC 2017)

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDER UNDER

MANDATORY GENERAL TERMS AND CONDITIONS

Federal Acquisition Regulation Subcontract Flowdown Provisions. Clause Title Title Applicability Restrictions on Subcontractor Sales to the

Federal Acquisition Regulation Subcontract Flowdown Provisions

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

1. Commercial Item means a commercial item as defined in FAR

Contractor s Name: Contractor s Address: Contractor s Point of Contact and Phone #: Contract Number: Contract Date: Amendment Number: Amendment Date:

CUSTOMER CONTRACT REQUIREMENTS PAR CUSTOMER CONTRACT FA C PD EMD

PROCUREMENT INTEGRITY ACT RESTRICTIONS

Maricopa County Policy/Contract Template Reference. Procurement Standards ( )

The proposed product base list unit are from Doosan Infracore Construction Equipment America

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

Small Business Subcontracting Plan (DEVIATION 2016-O0009).

L3 Technologies, Inc.

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991)

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER

BAE SYSTEMS, ES(UK) SPECIAL CONDITIONS FAR/DFAR Rev: 3

CUSTOMER CONTRACT REQUIREMENTS MET-1 CUSTOMER CONTRACT HQ D-0001

NORTHROP GRUMMAN SYSTEMS CORPORATION

SDUSD Self Certification Checklist

CUSTOMER CONTRACT REQUIREMENTS KC-46A Aerial Refueling Tanker Program CUSTOMER CONTRACT FA C-6600

SUBPART CUSTOMS AND DUTIES (Revised August 31, 2000)

ATTACHMENT 1 NON COMMERCIAL (FAR PART 15) ITEMS

SMALL BUSINESS SUBCONTRACTING PLAN CONTRACTOR: ADDRESS: DUNN & BRADSTREET NUMBER: SOLICITATION OR CONTRACT NUMBER: ITEM/SERVICE (Description):

NON COMMERCIAL CLAUSES

e-cfr data is current as of March 23, 2018

Tips for DoD Contractors Submitting Subcontracting Reports in the Electronic Subcontracting Reporting System (esrs)

INSTRUCTIONS TO BIDDERS

Request for Quotation Page One

Proposal Adequacy Checklist

FLOWDOWN PROVISIONS FOR C-W EPD PURCHASE ORDERS UNDER BECHTEL PLANT MACHINERY, INC. TAC-2011

The term Government in clauses and/or provisions shall mean Concho Valley Council of Governments (CVCOG) unless otherwise specified.

Tips for DoD Contractors Submitting Subcontracting Reports in the Electronic Subcontracting Reporting System (esrs)

FAR FLOWDOWN PROVISIONS FOR NON-COMMERCIAL ITEMS. FAR Number Title Latest Update MATERIAL REQUIREMENTS AUG 2000

Procurements by states General procurement standards.

SUPPLEMENTAL PURCHASE ORDER PROVISIONS UNDER U.S. GOVERNMENT CONTRACTS

MTU Onsite Energy Corp. GENERAL TERMS AND CONDITIONS OF PURCHASE -- FAR AND DFARS FLOW-DOWNS FOR U.S. GOVERNMENT CONTRACTS MTU Onsite Energy Corp.

N G-0001 Clause Number Clause Date Clause Title (OCT 2005) PACKAGING AND MARKING OF REPORTS (NAVAIR) (JUN 1998)

Master uncontrolled when printed

SUBPART PROGRESS PAYMENTS BASED ON COSTS

Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

CUSTOMER CONTRACT REQUIREMENTS Supersonic Tailles Evaluation of EffectoRs (STEER) CUSTOMER CONTRACT FA D-3857 DO FA F-2702

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

Suite 300 Tenant Improvement

SUBPART OTHER INTERNATIONAL AGREEMENTS AND COORDINATION (Revised April 26, 2007)

ADDITIONAL GENERAL CONDITIONS - COMMERCIAL TIME BASED - SERVICES FOR C-130J EMPENNAGE PRIME CONTRACT NO. F C-2014 DATED 14 MARCH 2003

LOCKHEED MARTIN AERONAUTICS COMPANY PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS

GOVERNMENT CLAUSES SUPPLEMENT GCS-001 (Rev. NC)

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors

Acquisitions in support of operations in Africa. (DEVIATION O0009)

SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair)

SUBPART ACQUISITION PLANS (Revised February 24, 2010)

PROHIBITION AGAINST HUMAN TRAFFICKING, INHUMANE LIVING CONDITIONS, AND WITHHOLDING OF EMPLOYEE PASSPORTS (AUG 2014)

PARKER HANNIFIN CORPORATION CONTRACT SPECIFIC TERMS & CONDITIONS OF PURCHASE ORDER

Lead Agency Procurement Self-Certification March 2017

COUNTY OF COLE JEFFERSON CITY, MISSOURI

PSP A/ August 26, PSP-020(R)

Request for Quotation Page One

Request for Price Offer Solicitation # PR

FAR GOVERNMENT CONTRACT PROVISIONS

SUBPART OTHER INTERNATIONAL AGREEMENTS AND COORDINATION (Revised December 9, 2005)

SUBPART OTHER INTERNATIONAL AGREEMENTS AND COORDINATION (Revised December 31, 2012)

APPLICABLE COMMERCIAL PROVISIONS WHEN SOLICITATION OR PURCHASE ORDER IS IN SUPPORT OF A GOVERNMENT CONTRACT:

Mold Remediation and Clean Up of Central High School

SUBPART OTHER INTERNATIONAL AGREEMENTS AND COORDINATION (Revised June 29, 2018)

SOLICITATION, OFFER AND AWARD

FEDERAL FLOWDOWN PROVISIONS FOR FEDERALLY FUNDED CONTRACTS

(JAN 2017) ANNUAL REPRESENTATIONS AND CERTIFICATIONS

Review of CON 110, 111 & 112. Preparation for CON 120

Supplemental Government Terms and Conditions

DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT (DFARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS FOR NON-COMMERCIAL ITEMS UNDER A U.

PRIME CONTRACT F C-2018 Supplement to Appendix A 27 th Series 15 OCTOBER 2003

Supplemental Terms and Conditions

General Provision for Purchase Orders (GP-PO)

If there is any inconsistency with Black Hall Aerospace Commercial Purchase Order Terms and Conditions, the following clauses shall apply.

TITLE 70: DEPARTMENT OF FINANCE SUBCHAPTER COST AND PRICE ANALYSIS REGULATIONS

Task Order Request for Proposals for Release Under Contract UB-12-B-19

(APR 1984) Gratuities (MAY 2014) Covenant Against Contingent Fees (SEP 2006) Restrictions On Subcontractor Sales To The

PROCUREMENT POLICY. EDD Revision Date: 8/24/00 WDB Review Date: 6/21/07; 12/20/07; 12/17/15 EXECUTIVE SUMMARY: Purpose:

Master Document Audit Program. Defense Security Cooperation Agency (DSCA) Version No. 4.21, dated March 2018 B-1 Planning Considerations

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

THE FOLLOWING PROVISIONS ARE APPLICABLE TO ALL U.S. GOVERNMENT SUBCONTRACTS

BDS Terms and Conditions Guide Effective: 12/03/2012 Page 1 of 9 CUSTOMER CONTRACT REQUIREMENTS C-17 CUSTOMER CONTRACT FA C-2004

Request for Quotations (RFQ)

REQUEST FOR QUOTE # 16471

Title: Combating Trafficking in Persons Policy Revision No.: 1 Effective Date: January 1, 2017

Mission Support Planning

NORTHROP GRUMMAN SYSTEMS CORPORATION

Transcription:

Page : 1 of 4 SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation. 1. Responses to this solicitation received after the specified "Bid Close Date" or "Required Date " maybe considered nonresponsive. Any extension of the Bid Close Date or Required Date will be approved by Buyer's Authorized Procurement Representative. Any extension of a written solicitation must be in writing. 2. Bidder will provide pricing for the exact quantity requested as written and the next highest quantity break, if any, above the quantity specified herein. 3. Bidder's response to this solicitation will be based upon zero shipping tolerance. If Bidder's offered price can be reduced by allowing for shipping tolerances, Bidder will so indicate by quantifying the reduction and specifying the shipping tolerance. 4. Bidder will indicate any manufacturer's part number if its response to this solicitation proposes an equivalent item other than the requirement stated herein. 5. Bidder will return the original Request For Quotation (RFQ), signed, dated, and incorporating the information indicated below. If Bidder received a Request For Proposal (RFP), the information indicated below will be provided as part of its response to this solicitation: a. Terms of payment. Subject to any set-off or deduction authorized under the contract or applicable law, Buyer s payment terms are as follows: 1) Under U.S. Government prime contract, including Foreign Military Sales: o Small Business* Net 15 days, payment processing on o Large Business Net 30 days, payment processing on the Wednesday immediately following the net payment date 2) Under Non-U.S. Government prime contract: o Small Business* - Net 30 days, payment processing on o Large Business Net 90 days, payment processing on *As defined by the U.S. Small Business Administration Terms of payment are to include any prompt payment discounts. When the payment processing date is a Federal Reserve Bank holiday, the payment will be made on the next business date that is not a Federal Reserve Bank holiday.

Page : 2 of 4 b. FOB point. (BDS Supplier Management policy is (i) Freight on Board [FOB] destination for domestic shipments and (ii) Free Carrier + the named place of departure [FCA] for international shipments. Exceptions to be coordinated with Procurement Agent). c. Unit price for quantities indicated, Bidder's corresponding unit of measure, and the extended pr ice (the product of the quantity required multiplied by the unit price); d. Bidder's delivery schedule. Note: If Bidder can deliver in accordance with Buyer's required schedule, a separate indication of schedules is not required; e. Production lead-time required (in weeks). 6. Bidder will carefully review all documents cited in Buyer's solicitation to ensure the following: a. All information required to properly respond to this solicitation has been received; b. All tooling and material requirements, processes, and procedures are understood and priced accordingly in its response to this solicitation. 7. Bidder accepts the responsibility to contact Buyer's Authorized Procurement Representative, at the number noted in this solicitation, to resolve questions or concerns regarding this solicitation. 8. Bidder shall notify Buyer if a former employee of Buyer is representing Bidder in connection with its proposal or any resulting order. 9. Proposals signed by an agent of Bidder will be accompanied by evidence of his or her authority to sign as agent of Bidder unless such evidence has been previously furnished. 10. Buyer reserves the right to reject any or all solicitation responses without prior discuss ions and to evaluate all solicitation responses with regard to quality, price, assurance of timely delivery, and all other factors that Buyer, in its sole discretion, deems relevant. 11. If an award is made, it will be made to the bidder whose proposal, when pr ice and other factors are considered, will result in the best value for the Buyer.

Page : 3 of 4 12. Buyer reserves the right to accept other than the lowest-priced proposal and to reject all others without prior discussions. 13. Buyer will use historical data from its Supplier Rating System when considering quality and timely delivery performance as award factors. Buyer intends to employ best value quantitative analysis of historical performance data whenever all responsive bidders have representative performance data in the Supplier Rating System. 14. The award may be made based on initial proposals, without discuss ion or negotiation. Accordingly, initial proposals should be submitted on the most favorable terms from a price, delivery, and technical standpoint. 15. Unless Bidder otherwise specifies in its proposal, Buyer may make an award for any item (or group of items) in Bidder's proposal for a quantity less than the quantity proposed at the unit price proposed. 16. Buyer reserves the right to consider proposals or modifications to proposals received after the date specified in this solicitation, provided such documents are received prior to award and are in Buyer's and/or the Government's best interests. 17. Notwithstanding anything else set forth in Buyer s solicitation or any other communications between Buyer or the Offeror to the contrary, Buyer is under no obligation to award a contract to the Offeror and no costs incurred in the submission of any proposals or in making necessary studies or designs for the preparation thereof shall be paid by Buyer. 18. Code of Conduct. Boeing is committed to conducting this procurement fairly, impartially, and in an ethical and proper manner. In the event that Bidder has cause to believe that Boeing or any Boeing employee or agent has acted improperly or unethically in connection with this solicitation, Bidder shall report such conduct to the Boeing Ethics hotline. Copies of Boeing s Code of Conduct and contacts for such reports are available on http://www.boeing.com/ under Ethics and Business Conduct. Boeing will not use the failure to make such a report as a basis for rejecting Bidder s proposal. Bidder is nonetheless encouraged to exert reasonable efforts to make such reports when warranted. 19. Identification of Subcontract Effort. If Bidder intends to subcontract to lower-tier subcontractors more than 70 percent of the total cost of work to be performed, Bidder shall identify in its proposal a. The amount of Bidder s indirect costs and profit/fee applicable to the work to be performed by the lower-tier subcontractor(s); and b. A description of the added value provided by Bidder as related to the work to be performed by the lower-tier subcontractor(s).

Page : 4 of 4 20. Equal Opportunity Compliance Evaluations. In accordance with the requirements of FAR 52.222-24 (FEB 1999), anticipated award values of $10 million or more shall subject Bidder to a preaward compliance evaluation by the Office of Federal Contract Compliance Programs (OFCCP), unless within the preceding 24 months the OF CCP has found Bidder to be in compliance with Executive Order 11246. 21. If this solicitation supports a DOD prime contract or subcontract, Bidder s response shall provide detailed information about its intended performance outside the United States and Canada in accordance with DFARS 252.225-7003. 22. Bidder s response shall identify the country of manufacture of end products to be delivered under the contract. Bidder is reminded that it is required to comply with the sourcing requirements of any FAR Part 25 or DFARS Part 225 clauses incorporated in this solicitation. 23. Offeror s Assertion of Commerciality. If this solicitation supports a U.S Government prime contract or subcontract, Bidder is encouraged to propose commercial or non-developmental items as defined in FAR 2. 101, and to the extent practical, incorporate such items as components of the items to be proposed, in response to this solicitation. If Bidder contemplates proposing commercial items/services, Bidder is requested to explain its assertion of commerciality and to provide all pertinent supporting evidence/information with its proposal submittal. Bidder's assertion of commerciality may be submitted on Buyer's form F70127, Offeror s Assertion of Commerciality or other form or format provided or required by Buyer. 24. If this solicitation supports a DOD prime contract or subcontract, in accordance with 252.222-7007, Bidder is notified that it has a responsibility to report trafficking in persons violations by Buyer, Buyer s employees, or Bidder s employees or subcontractor employees, at any tier, and employees are afforded protection under 10. U.S.C. 2409, as implemented in DFARS subpart 203.9, from reprisal for whistleblowing on trafficking in persons violations. 25. If any portion of the Bidder s proposal is for supplies (excluding commercially available off-the-shelf items) to be acquired outside the United States or is for services to be performed outside the United States, Bidder shall comply, if applicable, with the requirements of clauses A717 and A719, which are incorporated by reference into this solicitation. 26. If this solicitation supports a DOD prime contract or subcontract, the prime contract requirements associated with this solicitation contain DFARS 252.204-7012 (Dec 2015) which, when applicable, is a mandatory flowdown. In performance of any subcontract award resulting from this solicitation, Bidder shall state in its proposal if it expects to meet the December 31, 2017 deadline to provide adequate security for

Page : 5 of 4 all covered defense information on all covered contractor information systems, as those terms are defined in the clause.