table of contents sender – hp digital sender 9250c l2719a 1 $ $ 4 hp color laserjet enterprise...

35

Upload: vanthuan

Post on 30-May-2019

219 views

Category:

Documents


0 download

TRANSCRIPT

TABLE OF CONTENTS Section 1 - The Schedule • SF 18 cover sheet • Continuation To SF-18, RFQ Number 19H08019Q0020, Prices • Continuation To SF-18, RFQ Number 19H08019Q0020, Schedule Of

Supplies/Services Section 2 - Contract Clauses • Contract Clauses • Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12 Section 3 - Solicitation Provisions • Solicitation Provisions • Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in

Part 12 Section 4 - Evaluation Factors • Evaluation Factors • Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in

Part 12

PAGE OF PAGESREQUEST FOR QUOTATION (THIS IS NOT AN ORDER)

THIS RFQ IS x IS NOT A SMALL BUSINESS SET-ASIDE1 34

1. REQUEST NO. 19H08019Q0020

2. DATE ISSUED 05/01/2019

3. REQUISITION/PURCHASE REQUEST NO. PR8030963

4. CERT. FOR NAT. DEF. UNDER BDSA REG. 2 AND/OR DMS REG. 1

RATING

5a. ISSUED BYAMERICAN EMBASSY TEGUCIGALPAGSO, ACQUISITIONS UNIT, ATTN: GSOTEGUCIGALPA HONDURAS

6. DELIVER BY (Date) 08/14/2019

5b. FOR INFORMATION CALL (NO COLLECT CALLS)

TELEPHONE NUMBER

7. DELIVERY x FOB DESTINATION

OTHER(See Schedule)

9. DESTINATION

NAMESara L. Zepeda

AREA CODE NUMBER

2236-9320 EXT.4485

8. TO:

a. NAME OF CONSIGNEE

AMERICAN EMBASSY TEGUCIGALPA

a. NAME b. COMPANY b. STREET ADDRESS

LA PAZ AVE., ATTN: GSO

c. STREET ADDRESS c. CITY

APO AAd. CITY e. STATE f. ZIP CODE d. STATE

XX

e. ZIP CODE

34022

10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5a ON OR BEFORE CLOSE OF BUSINESS (Date)

05/15/2019

IMPORTANT: This is a request for information and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5a. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.

11. SCHEDULE (Include applicable Federal, State and local taxes)ITEM NO.

(a)SUPPLIES/ SERVICES

(b)QUANTITY

(c)UNIT(d)

UNIT PRICE(e)

AMOUNT(f)

d. CALENDAR DAYS

12. DISCOUNT FOR PROMPT PAYMENT

a. 10 CALENDAR DAYS (%) b. 20 CALENDAR DAYS (%) c. 30 CALENDAR DAYS (%)

NUMBER PERCENTAGE

NOTE: Additional provisions and representations are are not attached.13. NAME AND ADDRESS OF QUOTER

a. NAME OF QUOTER

14. SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTATION

15. DATE OF QUOTATION

16. SIGNERb. STREET ADDRESS

b. TELEPHONEc. COUNTY

a. NAME (Type or print)AREA CODE

d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) NUMBER

AUTHORIZED FOR LOCAL REPRODUCTIONPrevious edition not usable

STANDARD FORM 18 (REV. 6-95)Prescribed by GSA-FAR (48 CFR) 53.215-1(a)

see line items

2 | P a g e

SECTION 1 - THE SCHEDULE CONTINUATION TO SF-18,

RFQ NUMBER 19H08019Q0020 PRICES

I. Scope of Services The Contractor shall deliver IT Equipment and Components requested by the U.S. Embassy Tegucigalpa to U.S. Embassy Warehouse, Ave. La Paz. Installation is required at La Ceiba, Atlántida, Honduras. (Exact address will be provided to awardee) This is a firm-fixed price type of purchase order.

• All prices are in USD • The part numbers and brand names are provided as reference in order to

comply with specifications required, vendor is allowed to quote all items of brand name or equal to part number given.

II. Pricing

No. DESCRIPTION PART # (given as reference)

QUANTITY UNIT PRICE TOTAL PRICE

1

Multipurpose Interactive Display Mondopad Ultra 65" – INFOCUS

INF6522-KIT 1 $ $

2Desktop Computer – Dell OptiPlex 7450

Dell OptiPlex 7450 8 $ $

3Digital Sender – HP Digital Sender 9250c

L2719A 1 $ $

4 HP Color LaserJet Enterprise M553n 1 $ $

5TRIPP-LITE 600VA UPS Desktop Battery Backup

INTERNET600U 12 $ $

6Television – TCL Roku Smart LED

55FS3750 4 $ $

7

Network Switch Administrable – UBIQUITY NETWORKS

US16500W 1 $ $

8Wireless Access Point – UniFi Pro 802.11ac

UAPACPRO 1 $ $

9Enterprise Gateway Router – UniFi Security Gateway Pro

USG-PRO-4 1 $ $

10 Wi-Fi SIP Phone - VOPTech VOPTech C2W 10 $ $

11Wall Mount Support – INFOCUS

INF-WALLMNT3 1 $ $

12

Monoprice Stable Series Ultra-Slim Tilt TV Wall Mount Bracket For TVs 32in to 55in, Max Weight 165lbs, VESA Patterns Up to 400x200, UL Certified

4 $ $

13

Tripp Lite 6U Wall-Mount Rack Enclosure Cabinet, Switch-Depth

SRW6U 1 $ $

14Power Supply Rack Mount – 8 outlets

1 $ $

15

One time installation of Telecommunications equipment in La Ceiba.

1 $ $

$GRAND TOTAL

3 | P a g e

CONTINUATION TO SF-18 RFQ NUMBER 19H08019Q0020

SCHEDULE OF SUPPLIES/SERVICES DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

I. Purchase of necessary telecommunications devices with components and installation is required per detailed list of item specifications described below: IT AND AUDIOVISUAL EQUIPMENT 001 Multipurpose Interactive Display Mondopad Ultra 65" – INFOCUS – Part Number INF6522-KIT (BRAND NAME OR EQUAL) QUANTITY: 1.00 SPECS: Native Aspect Ratio 16:9 Technology LED edge-lit LCD Resolution 1080p 3840 x 2160 Diagonal Size 65" Touchscreen Edge-to-edge multi-touch system with support for 10-point

gestures; Anti-glare Glass Refresh Rate 120 Hz Speakers Integrated stereo 7W x 2; External stereo 25W x 2 Connections Inputs: Rear: DisplayPort 1.2, HDMI 2.0 x 2, HDMI 1.4,

VGA, Component, 3.5mm line-in audio (mono), RCA stereo in, RS232 serial, USB 2.0 Type-B (for touch control), Front: USB 3.0 Type-B (for touch control), USB 3.0 Type-A x 4, HDMI 1.4 Top: USB 3.0 Type-A (used by camera); Outputs: RCA stereo audio out (for sound bars)

Processor Intel Core i7-6700T, Q170 chipset with Intel vPro technology; Intel HD Graphics 530 Memory 8 GB RAM Operating System Windows 7 Pro 64-bit 002 Desktop Computer – Dell OptiPlex 7450 – (BRAND NAME OR EQUAL) QUANTITY: 8.00 SPECS: Processor Intel Core i5-6500 Processor (Quad Core, 6MB, 4T,

3.2GHz, 65W) Operating System Windows 10 Pro 64bit English, French, Spanish Word Processing Office 2016 Pro Monitor 4K Touch LCD 23.8"

4 | P a g e

Memory 8GB (1x8G) 2133MHz DDR4 Memory Hard Drive 1TB 2.5 inch Serial ATA (7,200 Rpm) Hard Drive Graphics Card AMD R7 A370 2GB Optical Drive 8x DVD+/-RW 9.5mm Optical Disk Drive Ports 6 External USB 3.0 (2 side, 4 rear)

2 USB 2.0 (rear) 1 HDMI 1.4 In/Out (Full HD Only) 1 DisplayPort 1.2 1 RJ-45 1 Universal Headset (side) 1 Line-out (rear)

Bays 2 internal 2.5” Keyboard Dell Wired Keyboard with Multimedia functionality Dimensions Full HD Non-Touch Height: 15.4" (39.29 mm) x Width: 22.6" (57.52 mm) x Depth: 2.49" (6.34

mm) Weight: 15.9 lbs (7.21 Kg) Ultra HD Touch Height: 15.4" (39.29 mm) x Width: 22.6" (57.52 mm) x Depth: 2.46" (6.26

mm) Weight: 17.9 lbs (8.15 Kg) Wireless Intel® Dual Band Wireless 8260 (802.11ac) + Bluetooth Keyboard Dell KM636 Wireless Keyboard & Mouse English, Black Mouse Mouse included with Keyboard 003 Digital Sender – HP Digital Sender 9250c – Part Number L2719A (BRAND NAME OR EQUAL) QUANTITY: 1.00 SPECS: Standard connectivity 1 Ethernet 10/100 Base-TX; 1 open EIO; 1 USB Optional connectivity Fast Ethernet 10/100 Base-TX network port, USB

accessibility port (host USB), 1 open EIO slot, device USB Control panel VGA graphical touch screen, contrast control dial, numeric

keypad, sleep button, reset button, stop button, start button, attention light, data light, ready light

5 | P a g e

Digital sending standard Features Send to E-mail, Send to Folder, LDAP or local address

book e-mail addressing, Kerberos and LDAP authentication, Group 1/Group 2 PIN authentication

File formats PDF, TIFF, MTIFF, JPEG (additional formats available from send to workflow using OCR, including XML, searchable PDF, TXT, RTF (Word compatible) and HTML)

Duty cycle (monthly, A4) Up to 60000 pages Auto document feeder Capacity Standard, 50 sheets Media types supported Paper, labels and cards (via glass), transparencies Media sizes supported A4, A5, B5 Recommended media weight 60 to 120 g/m² Standard memory 256 MB Network management tools compatibility HP Web Jetadmin, Embedded Web Server, Digital Sending

Configuration Utility Network ready Standard Ports 1 HP Jetdirect Fast Ethernet 10/100 Base-TX network port,

1 open EIO slot, 1 device USB port, 1 host USB port for limited applications

Power features 100 to 240 VAC (± 10%), 50/60 Hz (± 2%) Power consumption 98 watts maximum (scanning at 55 ppm) Power requirements Input voltage: 100-240V (+/-10%) 50/60 Hz (+/-2Hz) Power supply type Internal: built-in universal power supply Processor speed 480 MHz Scan input modes Front panel, ADF scan, E-mail, Fax, Folder, Workflow,

Secondary e-mail Enhanced scanning resolution Up to 600 dpi Hardware scanning resolution Up to 600 x 600 dpi Scan type Flatbed, ADF Scan speed ADF (A4) Up to 55 ipm (b&w), Up to 33 ipm (colour) Color scanning Yes Software included HP DSS 4 Compatible operating Systems Windows 2000 Professional; Windows 2000 Server;

Windows 2000 Advanced Server; Windows XP Professional; Windows Server 2003; Windows Server 2003 Enterprise

Hard disk capacity 40 GB Minimum system

6 | P a g e

requirements Windows 2000 Professional, Windows XP Professional, Windows 2003

004 HP Color LaserJet Enterprise – Part Number M553n (BRAND NAME OR EQUAL) QUANTITY: 1.00 SPECS: Resolution (black) HP ImageREt 3600 Resolution (color) HP ImageREt 3600 Resolution technology HP ImageREt 3600, Pantone Calibrated Monthly duty cycle Up to 80,000 pages

Duty cycle is defined as the maximum number of pages per month of imaged output. This value provides a comparison of product robustness in relation to other HP LaserJet or HP Color LaserJet devices, and enables appropriate deployment of printers and MFPs to satisfy the demands of connected individuals or groups.

Recommended monthly page volume 2000 to 6000 pages Print Technology Laser Display 4-line LCD (color graphics) with 10-key pad Processor speed 1.2 GHz Number of print Cartridges 4 (1 each black, cyan, magenta, yellow) Replacement cartridges HP 508A Black LaserJet Toner Cartridge (~6000 ISO

yield) CF360A; HP 508X Black LaserJet Toner Cartridge (~12,500 ISO yield) CF360X; HP 508A Cyan LaserJet Toner Cartridge (~5000 ISO yield) CF361A; HP 508X Cyan LaserJet Toner Cartridge (~9500 ISO yield) CF361X; HP 508A Yellow LaserJet Toner Cartridge (~5000 ISO yield) CF362A; HP 508X Yellow LaserJet Toner Cartridge (~9500 ISO yield) CF362X; HP 508A Magenta LaserJet Toner Cartridge (~5000 ISO yield) CF363A; HP 508X Magenta LaserJet Toner Cartridge (~9500 ISO yield) CF363X [3]

Print languages HP PCL 6; HP PCL 5c; HP postscript level 3 emulation, native PDF printing (v 1.7)

Automatic paper sensor Yes Paper trays, standard 2 Paper trays, maximum 5 Mobile Printing Capability HP ePrint; Apple AirPrint; Mopria-certified Connectivity, standard Hi-Speed USB 2.0 port; built-in Fast Ethernet

10/100/1000Base-TX network port

7 | P a g e

Connectivity, optional HP Jetdirect 3000w NFC/Wireless Accessory J8030A (late availability), HP Jetdirect 2900nw Print Server J8031A (late availability)

Network ready Standard (built-in Gigabit Ethernet) Ports 2 Hi-Speed USB 2.0 Host; 1 Hi-Speed USB 2.0 Device; 1

Gigabit/Fast Ethernet 10/100/1000Base-TX Security management Management security: SNMPv3, SSL/TLS, WPA2-

Enterprise, 802.1X authentication (EAP- PEAP, EAP-TLS), IPP over TLS, IPsec/Firewall with Certificate, Pre-Shared Key Authentication, and Kerberos Authentication; Support for WJA-10 IPsec Configuration using IPsec Plug-in; access port for Kensington-style lock

Minimum system Requirements Mac OS X 10.7 Lion, OS X 10.8 Mountain Lion, OS X

10.9 Mavericks, OS X 10.10 Yosemite; Internet; USB; 1 GB available hard disk Windows XP (SP3) all 32-bit editions (XP Home, XP Pro, etc.), Windows Vista all 32-bit editions (Home Basic, Premium, Professional, etc.), Windows 7 all 32-bit and 64-bit editions, Windows 8/8.1 all 32-bit and 64-bit editions (excluding RT OS for Tablets), Windows 10 all 32-bit and 64-bit editions (excluding RT OS for Tablets); Windows OS compatible with Universal Print Driver (From HP.com): Windows XP SP3 32-bit and 64-bit editions (XP Home, XP Pro, etc.), Windows Vista all 32-bit and 64-bit editions (Home Basic, Premium, Professional, etc.), Windows 7 all 32-bit and 64-bit editions, Windows 8/8.1 all 32-bit and 64-bit editions (excluding RT OS for Tablets), Windows 10 all 32-bit and 64-bit editions (excluding RT OS for Tablets); Mobile OS (In-OS drivers): iOS, Android, Windows 8/8.1/10 RT; Linux OS (In-OS HPLIP): SUSE Linux (12.2, 12.3, 13.1), Fedora (17, 18, 19, 20), Linux Mint (13, 14, 15, 16, 17), Boss (3.0, 5.0), Ubuntu (10.04, 11.10, 12.04, 12.10, 13.04, 13.10, 14.04, 14.10), Debian (6.0.x, 7.x), Other OS: UNIX; CD-ROM or DVD drive, or Internet connection; Dedicated USB or network connection or Wireless connection; 200 MB available hard disk space

Compatible operating Systems Windows OS compatible with In-Box Driver: Windows XP

(SP3) all 32-bit editions (XP Home, XP Pro, etc.), Windows Vista all 32-bit editions (Home Basic, Premium, Professional, etc.), Windows 7 all 32-bit and 64-bit editions, Windows 8/8.1 all 32-bit and 64-bit editions (excluding RT OS for Tablets), Windows 10 all 32-bit and 64-bit editions (excluding RT OS for Tablets); Windows

8 | P a g e

OS compatible with Universal Print Driver (From HP.com): Windows XP SP3 32-bit and 64-bit editions (XP Home, XP Pro, etc.), Windows Vista all 32-bit and 64-bit editions (Home Basic, Premium, Professional, etc.), Windows 7 all 32-bit and 64-bit editions, Windows 8/8.1 all 32-bit and 64-bit editions (excluding RT OS for Tablets), Windows 10 all 32-bit and 64-bit editions (excluding RT OS for Tablets); Mac OS (HP Print Drivers available from HP.com and Apple Store): OS X 10.7 Lion, OS X 10.8 Mountain Lion, OS X 10.9 Mavericks, OS X 10.10 Yosemite; Mobile OS (In-OS drivers): iOS, Android, Windows 8/8.1/10 RT; Linux OS (In-OS HPLIP): SUSE Linux (12.2, 12.3, 13.1), Fedora (17, 18, 19, 20), Linux Mint (13, 14, 15, 16, 17), Boss (3.0, 5.0), Ubuntu (10.04, 11.10, 12.04, 12.10, 13.04, 13.10, 14.04, 14.10), Debian (6.0.x, 7.x), Other OS: UNIX

Memory card Compatibility No Memory, standard 1 GB Memory, maximum 2 GB Printer management Printer Administrator Resource Kit (Driver Configuration

Utility, Driver Deployment Utility, Managed Printing Administrator); HP Web JetAdmin Software; HP Proxy Agent Software; HP Imaging and Printing Security Center; HP Utility (Mac)

Supported network Protocols IPv4/IPv6: Apple Bonjour Compatible (Mac OS 10.2.4 or

higher), SNMPv1/v2c/v3, HTTP, HTTPS, FTP, TFTP, Port 9100, LPD, WS Discovery, IPP, Secure-IPP, IPsec/Firewall; IPv6: DHCPv6, MLDv1, ICMPv6; IPv4: Auto-IP, SLP, Telnet, IGMPv2, BOOTP/DHCP, WINS, IP Direct Mode, WS Print; Other: NetWare NDS, Bindery, NDPS, ePrint

Paper handling input, Standard 100-sheet multipurpose tray, 550-sheet input tray 2 Paper handling output, Standard 250-sheet output bin Duplex printing Manual (driver support provided) Finished output Handling Sheetfed Media sizes supported Tray 1: A4, RA4, A5, B5 (JIS), B6 (JIS), 10 x 15 cm, A6,

16K, envelopes (B5, C5 ISO, C6, DL ISO); Custom: 76 x 127 to 216 x 356 mm; Tray 2: A4, A5, B5 (JIS), B6 (JIS), 10 x 15 cm, A6, 16K; Custom: 102 x 148 to 216 x 297 mm; Optional Trays 3+: A4, RA4, A5, B5 (JIS), 16K; Custom: 102 x 148 to 216 x 356 mm

9 | P a g e

Media sizes, custom Tray 1: 3 x 5 to 8.5 x 14 in; Tray 2: 4.0 x 5.85 to 8.5 x 11.69 in; Optional Trays 3+: 4.0 x 5.85 to 8.5 x 14 in

Media types Paper (plain, light, bond, recycled, mid-weight, heavy, mid-weight glossy, heavy glossy, extra heavy, extra heavy glossy, cardstock, card glossy) color transparency, labels, letterhead, envelope, preprinted, prepunched, colored, rough, opaque film, user-defined

Supported media Weight Tray 1: 16 to 58 lb (plain); 28 to 58 lb (glossy); Tray 2: 16

to 58 lb (plain paper); 28 to 58 lb (glossy paper); Optional Trays 3+: 16 to 58 lb (plain paper); 28 to 58 lb (glossy paper)

Media weights by paper path Tray 1: 60 to 220 g/m² (plain paper), 105 to 220 g/m²

(glossy paper); Tray 2: 60 to 220 g/m² (plain paper), 105 to 220 g/m² (glossy paper); Optional Trays 3+: 60 to 220 g/m² (plain paper), 105 to 220 g/m² (glossy paper)

Power Input voltage: 100 to 127 VAC, 60 Hz, Input voltage: 200 to 240 VAC, 50 Hz (Not dual voltage, product varies by part number with # Option code identifier)

Print speed, black (normal) Up to 40 ppm Power consumption 617 watts (Active Printing), 33.7 watts (Ready), 3.95 watts

(Sleep), 1 watt (Auto-Off/wake on LAN), 0.1 watts (Auto-Off/Manual On), 0.1 watts (Off)

Operating temperature Range 59 to 81ºF Operating humidity Range 30 to 70% RH Dimensions (W X D X H) 18 x 18.9 x 15.7 in Dimensions Maximum (W X D X H) 27.5 x 18.9 x 15.7 in Weight 59.5 lb Software included Windows OS: HP Software Installer/Uninstaller, HP PCL 6

Printer Driver, HP Device Experience (DXP), HP Update, Product Registration Assist, HP Web Services Assist (HP Connected), Online user manuals; Mac OS: Welcome Screen, (Directs users to HP.com or OS App Store for LaserJet Software)

005 TRIPP-LITE 600VA UPS Desktop Battery Backup – Part Number: INTERNET600U (BRAND NAME OR EQUAL) QUANTITY: 12.00

10 | P a g e

SPECS: - 8 outlets (4 UPS-supported, 4 surge only) plus single-line tel/DSL surge

protection - Free Power Alert software for safe unattended computer shutdown and file saves

006 Television – TCL Roku Smart LED – Part Number 55FS3750 (BRAND NAME OR EQUAL) QUANTITY: 4.00 SPECS:

Display Size 55"

Viewable Display size 54.6"

Description LED FHD TV

Wi-Fi 802.11 2x2 Dual Band (Support 2.4GHz&5GHz)

Backlight Type Direct Lit LED

Display Resolution 1920 x 1080

Resolution 1080P

Refresh Rate 120Hz

Display Aspect Ratio 16:9

Dynamic Contrast Ratio 5000000:1

Colors: 16.7M

Viewing Angle (Horizontal / Vertical): 178 Degree

Adjustable Color Temperature Yes

Adjustable Picture Control (bright, cont, sharp, color, tint)

Yes

Format Control Yes

Dynamic Backlight Yes

Dynamic Light Sensor No

Audio Power (Watts) Front Speakers 8W/CH x 2

11 | P a g e

Treble, Bass, Balance, Volume, Mute Control

Yes

Equalizer Yes

Second Audio Program (SAP) Yes

Dolby Processing Dolby Digital Plus

Video Formats (480p, 720p, 1080i) Tuner, HDMI, Streaming

AV Input CVBS (Video) + L&R Audio In

VGA Input No

RF Input (ATSC/NTSC) 1

Networking No

USB 1*USB2.0

HDMI 3*HDMI1.4a of which one is ARC

Optical 1

Headphone 1 NETWORK EQUIPMENT AND Wi-Fi SIP PHONE EQUIPMENT 007 Network Switch Administrable – UBIQUITY NETWORKS – Part Number US16500W (BRAND NAME OR EQUAL) QUANTITY: 1.00 SPECS: Networking Interfaces (16) 10/100/1000 Mbps RJ45 Ethernet Ports

(2) 1/10 Gbps SFP+ Ethernet Ports (2) 1 Gbps SFP Ethernet Ports

Management Interface (1) RJ45 Serial Port Out-of-Band, Ethernet In-Band Total Non-Blocking Throughput 70 Gbps Switching Capacity 140 Gbps Forwarding Rate 104.16 Mpps Power Method 100-240VAC/50-60 Hz, Universal Input Power Supply AC/DC, Internal, 56W DC Rack Mount Yes, 1U High Certifications CE, FCC, IC

12 | P a g e

008 Wireless Access Point – UniFi Pro 802.11ac – Part Number UAPACPRO (BRAND NAME OR EQUAL) QUANTITY: 1.00 SPECS: Dimensions 196.7 x 196.7 x 35 mm (7.74 x 7.74 x 1.38") Weight With Mounting Kits 350 g (12.4 oz) 450 g (15.9 oz) Networking Interface (2) 10/100/1000 Ethernet Ports Port (1) USB 2.0 Port Buttons Reset Power Method Passive Power over Ethernet (48V), 802.3af/802.3at

Supported (Supported Voltage Range: 44 to 57VDC)

Power Supply 48V, 0.5A PoE Gigabit Adapter Power Save Supported Maximum Power Consumption 9W Maximum TX Power 2.4 GHz 5 GHz 22 dBm 22 dBm Antennas (3) Dual-Band Antennas, 2.4 GHz: 3 dBi, 5 GHz: 3

dBi Wi-Fi Standards 802.11 a/b/g/n/ac Wireless Security WEP, WPA-PSK, WPA-Enterprise (WPA/WPA2,

TKIP/AES) BSSID Up to Four per Radio Mounting Wall/Ceiling (Kits Included) Operating Temperature -10 to 70° C (14 to 158° F) Operating Humidity 5 to 95% Noncondensing Certifications CE, FCC, IC Advanced Traffic Management VLAN 802.1Q Advanced QoS Per-User Rate Limiting Guest Traffic Isolation Supported WMM Voice, Video, Best Effort, and Background Concurrent Clients 250+ Supported Data Rates (Mbps) Standard Data Rates 802.11ac 6.5 Mbps to 1300 Mbps (MCS0 - MCS9 NSS1/2/3,

VHT 20/40/80) 802.11n 6.5 Mbps to 450 Mbps (MCS0 - MCS23, HT 20/40) 802.11a 6, 9, 12, 18, 24, 36, 48, 54 Mbps 802.11g 6, 9, 12, 18, 24, 36, 48, 54 Mbps 802.11b 1, 2, 5.5, 11 Mbps

13 | P a g e

009 Enterprise Gateway Router – UniFi Security Gateway Pro – Part Number USG-PRO-4 (BRAND NAME OR EQUAL) QUANTITY: 1.00 SPECS: Power Supply Internal AC/DC Power Adapter, 60W (24V, 2.5A) Power Input 110 - 240VAC LEDs Console Port Data Ports (1) RJ45 Serial Port (2) 10/100/1000 RJ45 Ports (2)

10/100/1000 RJ45/SFP Combination Ports Processor Dual-Core 1 GHz, MIPS64 with Hardware

Acceleration for Packet Processing System Memory 2 GB DDR3 RAM On-Board Flash Storage 4 GB Certifications CE, FCC, IC Rackmount Yes 010 Wi-Fi SIP Phone - VOPTech, Part Number VOPTech C2W (BRAND NAME OR EQUAL) QUANTITY: 10.00 SPECS:

- 132 * 58 graphic character dot matrix with backlight LCD - 2 SIP accounts - Call Forward, Call Transfer, Call Waiting, Hotline, Call Hold, - Auto Answer, Caller ID, Redial, Mute, DND - Local 3-Way Conferencing, Speed Dial, Voice Mail - Phone Book (1000) - Direct IP call without SIP proxy - Black list, white list - Dialed/received/missed call (each 200) - Call Center Headsets mode - Intercom, Paging, Call pickup, Call park - Anonymous call, Anonymous call rejection - Hold on music, Conference Call, Group Listening, Group Pickup, DND&Call

forward state synchronization - Call Recording - 8 own ring tone, 2 custom ring tone - 8 volume adjustable + Mute mode - Narrowband codec: G.711(A/μ), G.729A/B/AB, G.726, iLBC - Wideband codec: G.722, L16 - Support VAD, CNG, AEC, PLC, AJB, AGC - Full-duplex speakerphone with AEC - LAN / PC: support bridging mode - L2TP VPN support

14 | P a g e

- SIP connection mode: Proxy mode, and P2P mode - Support DNS SRV (RFC3263) - NAT transverse: STUN mode - DTMF: In-band, RFC2833, SIP INFO - Support QoS - HTTP / HTTPS web server - Package tracing export - System log - PnP configuration: based on the server implementation - Manual configuration: Web, Keypad - Batch deployment: HTTP/FTP/TFTP/RPS/DHCP Option 66

INSTALLATION ACCESSORIES 011 Wall Mount Support – INFOCUS – Part Number INF-WALLMNT3 (BRAND NAME OR EQUAL) QUANTITY: 1.00 SPECS: Lateral Shift 23.5 in (597 mm) Maximum Weight Supported (lb) 250 Product Warranty 1 year Tilt + 0° , - 12° 012 Monoprice Stable Series Ultra-Slim Tilt TV Wall Mount Bracket For TVs 32in to 55in, Max Weight 165lbs, VESA Patterns Up to 400x200, UL Certified QUANTITY: 4.00 SPECS: Model 9375 Type Tilting Minimum VESA® 75 x 75 Maximum VESA 400 x 200 Maximum Weight 165 lbs. Minimum Display Size 32" Maximum Display Size 55" Minimum Extension 1.8" Maximum Extension N/A Tilt Range +0/-10 degrees Swivel Range N/A Construction Steel Color Black Wall Plate Dimensions 18.0" x 8.0" Front Plate Dimensions N/A

15 | P a g e

Built-in Level Yes Cable Management No UL Certified Yes RoHS Compliant Yes 013 Tripp Lite 6U Wall-Mount Rack Enclosure Cabinet, Switch-Depth (SRW6U) QUANTITY: 1.00 SPECS: Secures 6U of 19 in. rack equipment up to 16.5 in. deep Maximum load capacity of 200 lbs. Locking steel cabinet vented at sides, front, top and bottom Mounts to wall or rolls on floor (with optional SRCASTER) 5-Year Limited Warranty 014 Power Supply Rack Mount – 8 outlets QUANTITY: 1.00 SPECS: Cable Type: Corded finish: Black Powder Coat UL Standards Tested: 1419, 60950-1 & 60065 Termination: 5-20P Surge Protected: 2-Stage Mounting Points: 2 RoHS: Yes Greenguard: Yes Depth U S: 4.365” Height U S: 1.75” Width U S: 19” Rack Units: 1 Cord Length U S: 9’ Technical Information Amps: 20 Material: Steel Mounting: Horizontal Volts: 120 Number Of Circuits: 1 Number Of Outlets: 18 015 One time installation of Telecommunications equipment in La Ceiba QUANTITY: 1.00

16 | P a g e

II. Delivery Location and Time A. The Contractor shall deliver all ordered items to the US Embassy Warehouse in Tegucigalpa and then installation shall be made in La Ceiba, Atlantida. The exact address will be provided to the company awardee. The contractor shall provide ALL items (brand name or equal) listed under APPENDIX A, TECHINCAL SPECIFICATIONS OF ITEMS of this RFQ, and ship to the place of delivery specified B. The Contractor shall deliver all items not later than 120 days after date of contract award. C. Any Contractor personnel involved with the delivery of the items shall comply with standard U.S. Embassy regulations for receiving supplies. The Contracting Officer's Representative (COR) will be responsible for instructing contractor personnel at the time deliveries are made. PLACE OF DELIVERY All boxes shall be mark as followed (i.e. please see below) with clear visibility. SHIPPING ADDRESS: U.S. Embassy Warehouse Ave. La Paz, Colonia Palmira DELIVERY INFORMATION Delivery Terms: THE VENDOR IS RESPONSIBLE FOR THE DELIVERY OF ALL ITEMS LISTED ABOVE UNDER STATEMENT OF WORK (BRAND NAME OR EQUAL). SHIPPING FOB DESTINATION – UNITED STATES EMBASSY TEGUCIGALPA. The Contractor shall consolidate the entire shipment to prevent loss and misdirection. Any lost or damaged items during shipment shall be replaced by the contractor upon notification. The items being acquired will be donated to the government of the ultimate destination INL-Honduras. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, required material data safety sheet, licenses, and paperwork. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the “lead” or number one box/carton/package, or individually attached to the outside of each box/carton/package. *Effective May 30, 2013, the Department's Dispatch Agency Consolidated Receiving Points (CRPs) will no longer be able to accept cargo that has a shipping label on the

17 | P a g e

outside of the package that fails to identify the destination post. Unidentified Supply Shipments will be refused by Dispatch Agency and returned at contractor’s expense. Include a copy of the packing list with original invoice to the Contracting Officer that will provide advance information for Customs clearance purposes. Partial shipments are not allowed. REQUIRED DELIVERY DATE 120 calendar days after receipt of award. If an export license is required, delivery shall be 30 days after receipt of export license, and export license application shall be accomplished expeditiously after award. PLEASE NOTE: All orders are ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: “Guidelines for Regulating Wood Packaging Material in International Trade” (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor’s expense. LOCATION OF WORK

Delivery of items should be in Warehouse in Tegucigalpa and installation shall take place at the following location: La Ceiba, Atlantida, Honduras

18 | P a g e

SECTION 2 - CONTRACT CLAUSES RFQ NUMBER 19H08019Q0020

FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERICAL ITEMS (OCT 2018), is incorporated by reference.

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (OCT 2018) and (Deviation 2017-02) (June 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, 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)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 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.] __ (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.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved].

19 | P a g e

__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (Jan 2011) of 52.219-4. __ (13) [Reserved] __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Nov 2016) of 52.219-9. __ (v) Alternate IV (Nov 2016) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).

20 | P a g e

__ (20) 52.219-16, Liquidated Damages.Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). __ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor. Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). __ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). __ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (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 EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).

21 | P a g e

__ (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). __ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. __ (46) 52.225-1, Buy American.Supplies (May 2014) (41 U.S.C. chapter 83). __ (47)(i) 52.225-3, Buy American.Free Trade Agreements.Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. __ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (49) 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). __ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

22 | P a g e

__ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). _X_ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (55) 52.232-33, Payment by Electronic Funds Transfer.System for Award Management (Jul 2013) (31 U.S.C. 3332). _X_ (56) 52.232-34, Payment by Electronic Funds Transfer.Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)). __ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [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 Standards.Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment.Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services.Requirements (May 2014) (41 U.S.C. chapter 67). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

23 | P a g e

__ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records.Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially 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) 52.203-19, 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)).

24 | P a g e

(iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 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. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (x) 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. (xi) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xii) __(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). __(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xviii)(A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

25 | P a g e

(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)

ADDENDUM TO CONTRACT CLAUSES FAR AND DOSAR CLAUSES NOT PRESCRIBED IN PART 12

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: http://acquisition.gov/far/index.html or http://farsite.hill.af.mil/vffara.htm These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use the Department of State Acquisition website at https://www.ecfr.gov/cgi-bin/text-idx?SID=2e978208d0d2aa44fb9502725ecac4e5&mc=true&tpl=/ecfrbrowse/Title48/48chapter6.tpl to see the links to the FAR. You may also use an Internet “search engine” (for example, Google, Yahoo or Excite) to obtain the latest location of the most current FAR. The following Federal Acquisition Regulation clauses are incorporated by reference: CLAUSE TITLE AND DATE 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND

REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT

2018) 52.204-18 COMMERCIAL AND GOVERNMENTENTITY CODE

MAINTENANCE (OCT 2018)

52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT (FEB 2000)

26 | P a g e

52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.229-6 FOREIGN FIXED PRICE CONTRACTS (FEB 2013) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUNE 2013) The following DOSAR clauses are provided in full text: CONTRACTOR IDENTIFICATION (JULY 2008) Contract performance may require contractor personnel to attend meetings with government personnel and the public, work within government offices, and/or utilize government email. Contractor personnel must take the following actions to identify themselves as non-federal employees:

1) Use an email signature block that shows name, the office being supported and company affiliation (e.g. “John Smith, Office of Human Resources, ACME Corporation Support Contractor”);

2) Clearly identify themselves and their contractor affiliation in meetings; 3) Identify their contractor affiliation in Departmental e-mail and phone listings

whenever contractor personnel are included in those listings; and

4) Contractor personnel may not utilize Department of State logos or indicia on business cards.

(End of clause) 652.232-70 PAYMENT SCHEDULE AND INVOICE SUBMISSION (FIXED-PRICE) (AUG 1999) (a) General. The Government shall pay the Contractor as full compensation for all work required, performed, and accepted under this contract the firm fixed-price stated in this contract. (b) Invoice Submission. The Contractor shall submit invoice to the following email address: [email protected] To constitute a proper invoice, the invoice shall include all the items required by FAR 32.905(e).

27 | P a g e

652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999) (a) The Contractor warrants the following:

(1) That is has obtained authorization to operate and do business in the country or countries in which this contract will be performed; (2) That is has obtained all necessary licenses and permits required to perform this contract; and, (3) That it shall comply fully with all laws, decrees, labor standards, and regulations of said country or countries during the performance of this contract.

(b) If the party actually performing the work will be a subcontractor or joint venture partner, then such subcontractor or joint venture partner agrees to the requirements of paragraph (a) of this clause.

652.229-70 EXCISE TAX EXEMPTION STATEMENT FOR CONTRACTORS WITHIN THE UNITED STATES (JUL 1988)

This is to certify that the item(s) covered by this contract is/are for export solely for the use of the U.S. Foreign Service Post identified in the contract schedule.

The Contractor shall use a photocopy of this contract as evidence of intent to export. Final proof of exportation may be obtained from the agent handling the shipment. Such proof shall be accepted in lieu of payment of excise tax.

(End of clause)

28 | P a g e

SECTION 3 - SOLICITATION PROVISIONS

FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2018), is incorporated by reference (see SF-18)

ADDENDUM TO 52.212-1 None

Instructions to Offeror. Each offer must consist of the following:

1. A completed solicitation, in which the SF-18 cover page and Section 1 has been filled out.

2 List of clients over the past 3 years, demonstrating prior experience with relevant

past performance information and references.

3 Evidence that the offeror/quoter can provide the necessary personnel, equipment, and financial resources needed to perform the work;

4 Evidence that the offeror/quoter has all licenses and permits required by local

including; Permiso de Operación (current), RTN (current).

5 Acknowledgment of solicitation amendments. 6 Active SAM status.

52.214-34 Submission of Offers in the English Language (APR 1991) Offers submitted in response to this solicitation shall be in the English language. Offers received in other than English shall be rejected.

ADDENDUM TO SOLICITATION PROVISIONS FAR AND DOSAR PROVISIONS NOT PRESCRIBED IN PART 12

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. Also, the full text of a clause may be accessed electronically at: http://acquisition.gov/far/index.html/ or http://farsite.hill.af.mil/search.htm.

29 | P a g e

These addresses are subject to change. IF the FAR is not available at the locations indicated above, use of an Internet “search engine” (for example, Google, Yahoo or Excite) is suggested to obtain the latest location of the most current FAR provisions. The following Federal Acquisition Regulation solicitation provisions are incorporated by reference: PROVISION TITLE AND DATE 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

(JUL 2016) 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN—REPRESENTATION AND CERTIFICATIONS (DEC 2012)

52.204-7 System for Award Management. As prescribed in 4.1105(a)(1), use the following provision: System for Award Management (Jul 2013) (a) Definitions. As used in this provision— “Data Universal Numbering System (DUNS) number” means the 9-digit number

assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. “Data Universal Numbering System +4 (DUNS+4) number” means the DUNS

number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.

“Registered in the System for Award Management (SAM) database” means that—

30 | P a g e

(1) The offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14) into the SAM database;

(2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in the SAM database;

(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and

(4) The Government has marked the record “Active”. (b)(1) 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, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

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

page of its offer, the annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror’s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database.

(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.

(1) An offeror may obtain a DUNS number— (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not

have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or

(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office.

(2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly

recognized. (iii) Company Physical Street Address, City, State, and ZIP Code. (iv) Company Mailing Address, City, State and ZIP Code (if separate from

physical). (v) Company Telephone Number.

31 | P a g e

(vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your

entity). (d) 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.

(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.

(f) Offerors may obtain information on registration at https://www.acquisition.gov . (End of clause)

32 | P a g e

SECTION 4 - EVALUATION FACTORS • Award will be made to the lowest priced, acceptable, responsible quoter. The quoter

shall submit a completed solicitation. • The Government reserves the right to reject proposals that are unreasonably low or

high in price. • The lowest price will be determined by multiplying the offered prices times the

estimated quantities in “Prices - Continuation of SF-18”, and arriving at a grand total. • The Government will determine quoter acceptability will be determined by assessing

the quoter's compliance with the terms of the RFQ. • The Government will determine quoter responsibility by analyzing whether the

apparent successful quoter complies with the requirements of FAR 9.1, including:

• adequate financial resources or the ability to obtain them; • ability to comply with the required performance period, taking into consideration

all existing commercial and governmental business commitments; • satisfactory record of integrity and business ethics; • necessary organization, experience, and skills or the ability to obtain them; • necessary equipment and facilities or the ability to obtain them; and • be otherwise qualified and eligible to receive an award under applicable laws and

regulations.

ADDENDUM TO EVALUATION FACTORS FAR AND DOSAR PROVISION(S) NOT PRESCRIBED IN PART 12

The following FAR provisions are provided in full text: 52.217-5 EVALUATION OF OPTIONS (JUL 1990) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the exchange rate used by the Embassy in effect as follows:

(a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening.

33 | P a g e

(b) For acquisitions conducted using negotiation procedures—

(1) On the date specified for receipt of offers, if award is based on initial offers; otherwise

(2) On the date specified for receipt of proposal revisions.