solicitation/contract/order for commercial … · u.s. embassy-bogota usmilgrp unit 5130 ap0 aa...

23
SEE ADDENDUM (No Collect Calls) W913FT-17-Q-0013 08-Feb-2017 b. TELEPHONE NUMBER 571-383-2552 8. OFFER DUE DATE/LOCAL TIME 10:00 AM 16 Feb 2017 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA – FAR (48 CFR) 53.212 (TYPE OR PRINT) (SIGNATURE OF CONTRACTING OFFICER) ADDENDA ARE 26. TOTAL AWARD AMOUNT (For Gov t. Use Only ) 23. CODE 10. THIS ACQUISITION IS SUCH ADDRESS IN OFFER 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT BELOW IS CHECKED TELEPHONE NO. W913FT 9. ISSUED BY 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK 7. FOR SOLICITATION INFORMATION CALL: a. NAME ROSALBA MATEUS 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER (TYPE OR PRINT) 30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA 0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. 25. ACCOUNTING AND APPROPRIATION DATA 1. REQUISITION NUMBER 20. ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. PAGE 1 OF 23 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS SEE SCHEDULE ARE NOT ATTACHED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 1 (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: . YOUR OFFER ON SOLICITATION 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN % FOR: SET ASIDE: UNRESTRICTED OR X SMALL BUSINESS 17a.CONTRACTOR/ CODE FACILITY OFFEROR CODE REGIONAL CONTRACTING OFFICE (RCO) BOGOTA U.S. EMBASSY-BOGOTA USMILGRP UNIT 5130 AP0 AA 34038-5130 18a. PAYMENT WILL BE MADE BY CODE RATED ORDER UNDER DPAS (15 CFR 700) 13a. THIS CONTRACT IS A 13b. RATING CODE 15. DELIVER TO CODE 16. ADMINISTERED BY SEE SCHEDULE 12. DISCOUNT TERMS 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 14. METHOD OF SOLICITATION RFQ IFB RFP X 011-571-275-2084 FAX: TEL: 011-571-275-2552 SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 8(A) HUBZONE SMALL BUSINESS SIZE STANDARD: $15,000,000 NAICS: 238390 X OFFER DATED 29. AWARD OF CONTRACT: REF. DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND EMAIL: TEL: 31c. DATE SIGNED SEE SCHEDULE SCHEDULE OF SUPPLIES/ SERVICES ITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT 24. 22. 21. 19. WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB

Upload: buibao

Post on 24-May-2019

218 views

Category:

Documents


0 download

TRANSCRIPT

SEE ADDENDUM

(No Collect Calls)

W913FT-17-Q-0013 08-Feb-2017b. TELEPHONE NUMBER

571-383-2552

8. OFFER DUE DATE/LOCAL TIME

10:00 AM 16 Feb 2017

5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV. 2/2012)Prescribed by GSA – FAR (48 CFR) 53.212

(TYPE OR PRINT)

(SIGNATURE OF CONTRACTING OFFICER)

ADDENDA ARE

26. TOTAL AWARD AMOUNT (For Gov t. Use Only )

23.

CODE 10. THIS ACQUISITION IS

SUCH ADDRESS IN OFFER17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT

BELOW IS CHECKED

TELEPHONE NO.

W913FT9. ISSUED BY

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK

7. FOR SOLICITATION INFORMATION CALL:

a. NAME

ROSALBA MATEUS

2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER

(TYPE OR PRINT)

30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA

0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED.

25. ACCOUNTING AND APPROPRIATION DATA

1. REQUISITION NUMBER

20.

ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.

PAGE 1 OF 23OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMSSEE SCHEDULE

ARE NOT ATTACHED

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED

1

(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE

SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:

. YOUR OFFER ON SOLICITATION

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN

% FOR:SET ASIDE:UNRESTRICTED ORX

SMALL BUSINESS

17a.CONTRACTOR/ CODE FACILITY

OFFEROR CODE

REGIONAL CONTRACTING OFFICE (RCO) BOGOTAU.S. EMBASSY-BOGOTAUSMILGRP UNIT 5130AP0 AA 34038-5130

18a. PAYMENT WILL BE MADE BY CODE

RATED ORDER UNDERDPAS (15 CFR 700)

13a. THIS CONTRACT IS A

13b. RATING

CODE15. DELIVER TO CODE 16. ADMINISTERED BY

SEE SCHEDULE

12. DISCOUNT TERMS11. DELIVERY FOR FOB DESTINA-

TION UNLESS BLOCK IS

MARKED

SEE SCHEDULE

14. METHOD OF SOLICITATION

RFQ IFB RFPX

011-571-275-2084FAX:

TEL: 011-571-275-2552 SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

8(A)

HUBZONE SMALL BUSINESS

SIZE STANDARD:

$15,000,000

NAICS:

238390

XOFFER DATED

29. AWARD OF CONTRACT: REF.

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND

EMAIL:

TEL:

31c. DATE SIGNED

SEE SCHEDULE

SCHEDULE OF SUPPLIES/ SERVICESITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT24.22.21.19.

WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM

EDWOSB

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (CONTINUED)

PAGE 2 OF23

ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______________________________________________________

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED

32b. SIGNATURE OF AUTHORIZED GOVERNMENT

REPRESENTATIVE

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

REPRESENTATIVE

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

37. CHECK NUMBER

FINALPARTIALCOMPLETE

36. PAYMENT35. AMOUNT VERIFIED

CORRECT FOR34. VOUCHER NUMBER

FINAL

33. SHIP NUMBER

PARTIAL

38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT

41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE

42a. RECEIVED BY (Print)

42b. RECEIVED AT (Location)

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

STANDARD FORM 1449 (REV. 2/2012) BACKPrescribed by GSA – FAR (48 CFR) 53.212

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE

SEE SCHEDULE

20.SCHEDULE OF SUPPLIES/ SERVICES

21.QUANTITY UNIT

22. 23.UNIT PRICE

24.AMOUNT

19.ITEM NO.

W913FT-17-Q-0013

Page 3 of 23

Section SF 1449 - CONTINUATION SHEET

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Job PROJECT#33496 Construction Materials

FFP Vendor shall provide quote for the list in Exhibit A. Delivery: 12 Brigada Florencia, Caqueta POC: SFC Oburn Matthew FOB: Destination PURCHASE REQUEST NUMBER: 0010980066

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Job PROJECT#33076 Refurbishment of School

FFP Vendor shall provide quote for the list in Ehibit B. Delivery: Cll 20 # 26-54 Barrio las Cuadras, Pasto POC: SFC Matthew Oburn FOB: Destination PURCHASE REQUEST NUMBER: 0010980214

NET AMT

W913FT-17-Q-0013

Page 4 of 23

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Job PROJECT #32904 Refurbishment of School

FFP Vendor shall provide quote for the list in Exhibit C. Delivery: Popayan POC: SFC Matthew Oburn FOB: Destination PURCHASE REQUEST NUMBER: 0010980212

NET AMT

INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 13-MAR-2017 1 N/A

FOB: Destination

0002 13-MAR-2017 1 N/A

FOB: Destination

0003 13-MAR-2017 1 N/A

FOB: Destination

W913FT-17-Q-0013

Page 5 of 23

EXHIBITS EXHIBIT A

EXHIBIT B PROJECT NO. 33076 / PR 10980214

1. Cimentaciones

Viga Cimiento Enlace H+20-40cms - 1,95 M3

0001 Puntilla 2 CC 1 Libras

0002 Tabla 1 X 10 X 300 Otobo (2C) 6 Each

0003 Vareta 2" X 2" X 3M Otobo 3 Each

0004 Cemento 14 Sacos

0005 Balastro 2 M3

Columna Concreto 3000 PSI 1.10 M3

0001 Antisol Blanco Un X 20 KGS 2 Kilos

0002 Separol Desformaleteante 2 Kilos

0003 Sikament NS UN X 230 0.2 Kilos

0004 Cuarton 2" X 4" X 300 Otobo 6 Each

0005 Puntilla 2 CC 8 Libras

0006 Tabla 1 X 10 X 300 5 Each

0007 Vareta 2" X 2" X 3M 4 Each

0008 Cemento 8 Sacos

0009 Balastro 1 Metro Cubico

Viga Conceto Amarre Muro 10-12 X 20CM 0.70ML

0001 Puntilla 2 CC 1 Libras

0002 Tabla 1 X 10 X 300 1 Each

0003 Vareta 2" X 2" X 3M 1 Each

0004 Cemento 5 Sacos

0005 Balastro 1 Metro Cubico

PROJECT NO. 334496 / PR 10980066

ITEM DESCRIPTION QTY UNIT UNIT PRICE

TOTAL PRICE

0001 Porcelanato Blanco 60x60 doble carga 800 Metros Cuadrados

0002 Bolsa Pegante Porcelanato 250 Bolsas

0003 Bolsa Boquilla x 2 Klgs 30 Bolsas

Sitio de Entrega: 12 Brigada Florencia, Caqueta Sargento Muñoz

W913FT-17-Q-0013

Page 6 of 23

Acero refuerzo Flejado 37000 PSI 240 MPA 280 Kilos

0001 Alambre Negro #18 11.2 Kilos

0002 Hierro de 37000 PSI 259 MPA 288.4 Kilos

Acero refuerzo Flejado 6000 PSI 420 MPA

0001 Alambre Negro #18 13.6 Kilos

0002 Hierro de 60000 PSI 420 MPA 350.2 Kilos

2. Desagues

0001 Tuberia PVC 2 Sanitaria (Losa) 12.000 Ml

0002 Soldadura PVC 1/4 GLN 0.048 Each

0003 Tubo San 2" PVC 12,000 Ml

0004 Limpiador PVC 760-G 1/4 GL 0.048 Each

0005 Punto Sanitario PVC 2" (L) 3,000 Each

0006 Codo San PVC 2 X 90 6,000 Each

0007 Soldadura PVC 1/4 GLN 0.012 Each

0008 Tee San PVC 2 Sen 3,000 Each

0009 Tubo San 2" PVC 3,000 Ml

0010 Limpiador PVC 760-G 1/4 GL 0.012 Each

3. Instalaciones Electricas

0001 Tuberia PVC 1/2" 35 Ml

0002 Soldadura PVC 1/4 GLn 0.14 Each

0003 Tubo PRS 1/2 RDE-9 35 Ml

0004 Limpiador PVC 760-G 1/4 GL 0.14 Each

0005 Ducha Sencilla (M) 2 Each

0006 Cemento Blanco Nare 0.2 Kilos

0007 Griferia Ducha Sencilla Prisma 2 Each

0008 Bomba Sumergible 1.0 HP Lapicero 4" Bronce 1 Each

4, Instalaciones Electricas

0001 Cable Cobre THWN#10 207.00 Ml

Salida S2 PVC

0001 Soldadura PVC 1/4 GLN 1,000.00 Each

0002 Alambre Cobre THWN #12 105,000.00 Ml

0003 Terminal PVC 1/2" 14,000.00 Each

0004 Curva PVC 1/2" 7,000.00 Each

0005 Limpiador PVC 760-G 1/4 GL 0.021 Each

0006 Tubo PVC 1/2" x 3 MTS 14,000.00 Each

0007 Caja 2 X 4 PVC 7,000.00 Each

0008 Alambre Galvanizado #18 0.0700 Kilos

0009 Cinta Aislante #33 0.070 Each

0010 Switche Doble Lunare 7,000.00 Each

Salida Toma Zona Humeda 120 V PVC

0001 Soldadura PVC 1/4 GLN 0.006 Each

0002 Alambre Cobre THWN #12 12,000.00 Ml

W913FT-17-Q-0013

Page 7 of 23

0003 Alambre Cobre THWN #14 6,000.00 Ml

0004 Terminal PVC 1/2" 4,000.00 Each

0005 Curva PVC 1/2" 2,000.00 Each

0006 Limpiador PVC 760-G 1/4 GL 0.006 Each

0007 Tubo PVC 1/2" x 3 MTS 2,000.00 Each

0008 Caja 2 X 4 PVC 2,000.00 Each

0009 Alambre Galvanizado #18 0.200 Kilos

0010 Cinta Aislante #33 0.020 Each

0011 Toma Zona Humeda GFCI-LEVI 2,000.00 Each

Salida Lamp PVC

0001 Soldadura PVC 1/4 GLN 0.036 Each

0002 Alambre Cobre THWN #12 72,000.00 Ml

0003 Alambre Cobre THWN #14 36,000.00 Ml

0004 Terminal PVC 1/2" 24,000.00 Each

0005 Limpiador PVC 760-G 1/4 GL 0.036 Each

0006 Tubo PVC 1/2" x 3 MTS 12,000.00 Each

0007 Caja Octogonal PVC 12,000.00 Each

0008 Alambre Galvanizado #18 1,200.00 Kilos

0009 Cinta Aislante #33 0.120 Each

5. Mamposteria

Muro Lad Soga Sucio

0001 Ladrillo Sucio Comun 4,140.00 Each

0002 Cemento 30 Sacos

0003 Arena 6 Metros Cubicos

6. Losa de Entrepiso Losa Maciza Cimiento H=10 CM

0001 Cuarton 2" X 4" X 300 Otobo 1 Each

0002 Puntilla 2 cc 2 Libras

0003 Tabla 1X10X300 Otobo 6 Each

0004 Cemento 10 Sacos

0005 Balastro 2 Metros Cubicos

7. Cubierta Manposteria Tensor Estr Varilla Diametro 3/8"

0001 Tuerca Galv 1/2" 160 Each

0002 Hierro 1/2" 60.000 80 Kilos

0003 Imperm manto 500XT-Foil aluminio 140 Metros Cuadrados

0004 Emulsion Asfaltica 18K 14 Kilos

C.F. Lamina Board 1214X605X6MM P. Aluminio

0001 Tee Aluminio 7/8" X 3/4" 50,000.00 Each

0002 Estuco Semiplastico (listo) 262,000.00 Kilos

0003 Vinilo Acriltex Tipo 2 5,000.00 Galones

0004 Puntilla 1.1/2 AC 6,000.00 Libras

W913FT-17-Q-0013

Page 8 of 23

0005 Angulo 1X1 178X23MM 27,000.00 Ml

0006 Remache POP 4-2 1/4" X 1/8" 755,000.00 Each

0007 Placa board 6MM 32,000.00 Each

0008 Alambre Galvanizado #18 45,000.00 Kilos

Caballete Teja Aluminio Color

0001 Pintura Electrostatica Alu 1 Galones

0002 Caballete Teja Aluminio Color 5 Each

0003 Masilla Tipo CWS (TeJ Al) 0.50 Libras

0004 Arandela Neopreno 14 Each

0005 Espigo Alum Tuerca 250MM 14 Each

Teja Ajover Trapezoidal Super .35MM

0001 Torn P/LAM Aut 1/2-14X3/4 304 Each

0002 Torn P/LAM Aut 1/4-14X7/8 202 Each

0003 Teja Ajover Trapezoidal Super 35 Each

Bajante Agruas Lluvias PVC Cuadrado Canal

0001 Bajante PVC Cuadrado 1 Each

0002 Bajante PVC Soporte 5 Each

0003 Soldadura PVC 1/4 GLN 0.03 Galones

0004 Torn P/MAD 1X6 9 Each

0005 Limpiador PVC 760-G 1/4 GL 0.03 Galones

Canal PVC Soporte Amazonas Aguas Lluvias

0001 Canal PVC Soporte Amazonas 82 Each

0002 Torn 1 X 6 120 Each

0003 Canal PVC Amazonas 10 Each

Perfil Abierto HR C160 X 60 MM -3.0 MM c.11

0001 Thiner 3 Galones

0002 Soldadura 6011 X 1/8" 7 Kilos

0003 Anticorrosivo PHCL 6 Galones

0004 Perfil HR C160mm x 60 mm-3.0 20 Each

Perfil Cajon HR C220 x 80 mm -3.0mm c.11

0001 Thiner 5 Galones

0002 Anticorrosivo Rojo 4 Galones

0003 Soldadura 6011 X 1/8" 9 Kilos

0004 Perfil HR C1220mm x 80 mm-3.0 17 Each

8. Repellos

0001 Repello Muro Impermeable 1:3 83 Kilos

0002 Aditivo Liquido Impermeable 17 Sacos

0003 Cemento 4 Metros Cubicos

Repello Cielo 1:3

0001 Cemento 7 Sacos

W913FT-17-Q-0013

Page 9 of 23

0002 Arena 1 Metro Cubico

Alistado Piso 4 CM

0001 Cemento 9 Sacos

0002 Arena 1 Metro Cubico

9. Enchapes en Ceramica

0001 Enchape Ceramica 20X30 de calidad (muro) 12.15 Metros Cuadrados

0002 Pegacor Blanco 37 Kilos

0003 Wipe 3 Kilos

0004 Cemento Blanco 1 Bulto

0005 Ceramica 20 X 30 CM 13 Metros Cuadrados

Enchape Ceramica 25 X 25 1 calidad (Piso)

0001 Pegacor Blanco 19 Kilos

0002 Wipe 1 Kilos

0003 Cemento Blanco 1 Bulto

0004 Ceramica 25 X 25 CM 7 Metros Cuadrados

Ceramica 32.60-35.00X32.60-35.00 Traf 4

0001 Wipe 80 Kilos

0002 Pegante Ceramica 320 Kilos

0003 Emboquillador 24 Kilos

0004 Ceramica 33.8-34 Traf4 81 Metros Cuadrados

Guardaescoba porcelanato 7X30CM

0001 Alfalisto 38 Kilos

0002 Alfacril 11 Litros

0003 Porcelanato 50.0 60 cm 9 Metros Cuadrados

0004 Wipe 1 Kilos

0005 Emboquillador 3 Kilos

10. Equipammiento Baños Incrustacion Ceramica Juego 4 Piezas Estilo (A)

0001 Cemento Blanco Nare 2 Kilos

0002 Juego Incrustar Elite 2 Juegos

0003 Lavamanos Sobreponer Lina Media 2 Each

0004 Cemento Blanco Nare 2 Kilos

0005 Lavamanos Sobreponer Lina Media 3 Each

Tapa Registro Aluminio Bronce 6"X6" (15X15) CM

0001 Cemento Blanco Nare 1 Kilos

0002 Tapa Registro 6X6 AL-BR 4 Each

0003 Sanitario Linea Economica 3 juegos

W913FT-17-Q-0013

Page 10 of 23

0004 Cemento Blanco Nare 3 Kilos

0005 Manguera Flexible Griflex 3 Each

0006 Sanitario Linea Economica 3 Juegos

Taza Sanitaria +Valv Fluxometro 1 Juego

0001 Fluxometro Sanitario 60318 1 Each

0002 Taza Sanitaria Fluxometro 1 Each

Grifo Mezcla Lavamanos 8

0001 Niple Galva 1/2 X 5 CM 6 Each

0002 Tee Galvanizada 1/2" 3 Each

0003 Manguera Flexible Griflex 6 Each

0004 Grifo Lavamanos 8" Prisma Griv 3 Each

0005 Cinta Teflon 10 Mts 1 Each

Grifo Lavaplatos Mezcla 8"

0001 Niple Galva 1/2 X 5 CM 2 Each

0002 Tee Galvanizada 1/2" 1 Each

0003 Manguera Flexible Griflex 1 Each

0004 Grifo Lavaplatos Mezcla 8" PRIS 1 Each

0005 Cinta Teflon 10 Mts 1 Each

Rejilla Susco 4 X 3 Aluminio

0001 Cemento Gris 1 Kilos

0002 Rejilla Sosco 4X3 Aluminio 3 Each

Lavaplatos Acero Inix 50X100CM Escurridero

0001 Cemento Blanco Nare 2 Kilos

0002 lavaplatos Acero Inoxidable Sencillo 1 Each

Espejo Claro de 4MM

0001 Espejo 4MM 3 Each

Nave Lam. Entamb CL 20 Bat

0001 Lija 320 Agua 7 Pliegos

0002 Wash Primer 1 Litros

0003 Soldadura 6011 X 1/8" 4 Kilos

0004 Masilla Plastica Tec Panel 1 Cu

0005 Tubo Galvanizado 1 1/2" 2.5 3 Each

0006 Tubo Galvanizado 1" 4 Each

Luceta Lamina Fija H

0001 Lamina Cold Rolled C.20 1 Each

0002 Lija 320 Agua 1 Pliegos

0003 Vidrio Transparente 4MM 1 Metro Cuadrado

0004 Anticorrosivo PHCL 1 Galones

0005 Masilla Plastica Tec Panel 1 CU

Marco Lam 0.70 -1.0 M Cal 20 PES S/Luce

0001 Bisagra 3X3" Cobre 6 Pares

W913FT-17-Q-0013

Page 11 of 23

0002 Lija 320 Agua 2 Pliegos

0003 Soldadura 6011 X 1/8" 0.16 Kilos

0004 Lamina Cold Rolled C.20 2 Each

0005 Anticorrosivo PHCL 1 Galones

0006 Masilla Plastica Tech Panel 1 CU

Cerradura Schlege Entrada Principal C-999

0001 Cerradura Schlage Entrada Principal 2 Each

Cerradura Yale Baño

0003 Cerradura Yale Baño 2 Each

11. Estuco y Pintura

Estuco Cielos Plastico

0001 Estuco Semiplastico (listo) 231 Kilos

Estuco Muros Plastico 138 M2

0001 Estuco Plastico Interior 35 Galones

Vinilo Tipo 1 (3M)

0001 Vinilo Tipo 1 7 Galones

0002 Rodillo Felpa 4 Each

0003 Cinta Enmascarar 1 Rollo

0004 Brocha Cerda Mona 4 2 Each

Vinilo Cielo Tipo 3-2M 128M2

0001 Rodillo Felpa 3 Each

0002 Vinilo Tipo 3 4 Galones

0003 Brocha Cerda Mona 4 2 Each

Koraza Plastica Superficio Repello (3M)

0001 Koraza Plastica 18 Galones

Recubrimiento Pintura Trafico

0001 Disolvente Tipo Trafico 1 Galones

0002 Pintura Demarcacion 1 Galones

Sitio de Entrega: Popayán - Coronel Garcia

EXHIBIT C PROJECT NO. 32904 / PR 10980212

ITEM DESCRIPTION QTY UNIT UNIT PRICE

TOTAL PRICE

0001 Varilla Hierro 1/2 Pura 90 Each

0002 Cemento Gris x 50 Kilos 150 Bultos

0003 Hierro Chipa 3/8 100 Kilos

0004 Hierro Chipa 1/4 150 Kilos

0005 Volquetas de Arena X 7m3 3 Volquetas

0006 Volquetas de Triturado X 7m3 3 Volquetas

W913FT-17-Q-0013

Page 12 of 23

0007 Volquetas de Recebo X 7m3 4 Volquetas

0008 Galon Pintura Base en Agua T1 8 Galones

0009 Lamina Zinc Ascesco X 3 metros 40 Each

0010 Canaleta PVC Amazonas x 3 metros 2 Each

0011 Tubo Cuadrado PVC Bajante 2 Each

0012 Tubo PVC 1/2" 2 Each

0013 Tubo PVC 2" Sanitario Gerfor 3 Each

0014 Tubo PVC 4" Sanitario Gerfor 1 Each

0015 Tubo PVC 6" Sanitario Genfor 1 Each

0016 Sanitario Corona 4 Each

0017 Lavamanos Corona 2 Each

0018 Puertas Metalicas para Baño 4 Each

0019 Porton Melatico 1 Each

0020 Ventanas Metalicas 2 Each

0021 Breakers x 4 Puestos 1 Caja

0022 Breaker Luminex 4 Each

0023 Interruptor Incrustar 2 Each

0024 Tomacorriente Incrustar 2 Each

0025 Plafon Loza Corona 4 Each

0026 Rollo Alambre Cobre #12 Centelsa 2 Rollo

0027 Rollo Alambre Aluminio #6 Centelsa 1 Rollo

0028 Rollo Cable Duplex 2X12 Centelsa 1 Rollo

Sitio de Entrega: Cll 20 # 26-54 Barrio las Cuadras, Pasto Primer Sgt Satisbal Celular: 317-8870844

CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.214-34 Submission Of Offers In The English Language APR 1991 52.225-14 Inconsistency Between English Version And Translation Of

Contract FEB 2000

52.247-27 Contract Not Affected by Oral Agreement APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD

Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD

Officials NOV 2011

252.204-7000 Disclosure Of Information OCT 2016

W913FT-17-Q-0013

Page 13 of 23

252.215-7007 Notice of Intent to Resolicit JUN 2012 252.215-7008 Only One Offer OCT 2013 252.225-7041 Correspondence in English JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Acceptability - Offers will be rated on an “Acceptable”, or “Unacceptable” basis. Technical acceptability will be determined by the quoted items meeting or exceeding all the specifications/requirements in Exhibit A - Exhibit B and Exhibit C. 2. Price Award will be made to the lowest priced technically acceptable proposal (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, 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).

W913FT-17-Q-0013

Page 14 of 23

(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.)

_X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 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).

W913FT-17-Q-0013

Page 15 of 23

____ (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) 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. 657f). ____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 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 (July 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 (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

W913FT-17-Q-0013

Page 16 of 23

____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ____ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). ____ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693). ____ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693). ____ (40) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (OCT 2015) of 52.223-13. ____ (41)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (43)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. _X___ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (45) 52.223-20, Aerosols (June, 2016) (E.O. 13693). ____ (46) 52.223-21, Foams (June, 2016) (E.O. 13693). ____ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ____ (ii) Alternate I (JAN 2017) of 52.224-3.

W913FT-17-Q-0013

Page 17 of 23

____ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(49) (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. ____ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X___ (51) 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). ____ (52) 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). ____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (57) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332). ____ (58) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). ____ (62)(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).

W913FT-17-Q-0013

Page 18 of 23

_____ (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) (E.O. 13658). _____ (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)).

W913FT-17-Q-0013

Page 19 of 23

(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 (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 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) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)).

(xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

(B) Alternate I (JAN 2017) of 52.224-3.

W913FT-17-Q-0013

Page 20 of 23

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

(xxi) 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).

(xxii) 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.

(xxiii) 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) 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 a fixed rate of COP $2800 to ONE ($1) US Dollar in effect as follows: (The fixed rate affords the Vendor, Contracting Agency and Financial Management Organizations to manage contractual evaluations and payments in a stable manner. The current fixed rate is subject to periodic evaluation and change, as required, in order to accommodate all interested parties.) (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (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. (End of provision) 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/these address(es): http://www.acquisition.gov/far

W913FT-17-Q-0013

Page 21 of 23

(End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far (End of clause) 252.225-7042 AUTHORIZATION TO PERFORM (APR 2003) The offeror represents that it has been duly authorized to operate and to do business in the country or countries in which the contract is to be performed. (End of provision) 252.229-7001 TAX RELIEF (SEPT 2014) (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: NAME OF TAX: (IVA) RATE (19%) (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. (End of clause) ADDENDUM TO FAR 52.212-1

ADDENDUM TO FAR 52.212-1

1. QUOTE SUBMITTAL INSTRUCTIONS: Offerors are required to submit a complete quote package as listed in Paragraph 2 below. Hard copy or electronic copy of the quotes are acceptable. Quote packages must be received on or before the solicitation closing date and time. a. Submit complete quote packages

W913FT-17-Q-0013

Page 22 of 23

Regional Contracting Office – Bogota U.S. Embassy - Bogota Attn: Rosalba Mateus or Juan Arzu Security Cooperation Office Unit 5140 APO AA 34038-5140 b. Quote packages will be accepted via e-mail to: Rosalba Mateus [email protected] Tel: 275-2552 Cellphone: 311-516 8499 Alternate Juan P. Arzu [email protected] Tell: 275-4227 c. Offerors that intend to hand deliver quotes must notify Rosalba Mateus or Juan P. Arzu at least one (1) day prior to the closing date to coordinate acceptance and delivery. d. The Government is not responsible for lost or mishandled packages or late deliveries. Offerors are cautioned to allow sufficient time for timely receipt of quotes. e. The Government reserves the right to extend the notification deadline of the solicitation up to the date quotes are initially due. The Government may reject any or all responses if such actions are in the public interest and/or waive informalities and minor irregularities in the submitted offers. The Government reserves the right to cancel this Request for Quote (RFQ) and make no award. By responding to this RFQ and submitting a quote in response to the RFQ, the Contractor understands that the Government shall not be liable for any costs incurred by the Contractor in response to this RFQ. f. Quotes submitted electronically via e-mail shall be prepared in Microsoft application programs (i.e., Word 2000 and/or Excel 2000 g. Minimum Quote Acceptance Period - The quote acceptance period is 60 days. The Offeror shall make a clear statement in its Quote Documentation that the quote is valid for a period of not less than 60 days from receipt of offers. 2. QUOTE FILES Offeror shall submit the following: (a) Technical Quote (1) Certification: Offeror shall submit a certification they will fill the requirement as stated in the solicitation in Exhibit a - Exhibit B and Exhibit C. (b) Price Quote (1) Standard Form 1449, Solicitation/Contract/Order for Commercial items and Acknowledgment of Amendments, if any. This form shall be signed by an authorized representative of the company. (2) Schedule of Supplies and Services indicating total proposed cost. .

W913FT-17-Q-0013

Page 23 of 23

PAYMENT INSTRUCTIONS

PAYMENT INSTRUCTIONS Contractor is authorized to submit the invoice when they finish the service or complete delivery. Invoices shall be sent no later than five days after the end of the performance period, please indicate that on the invoice is for a full payment. Sign, scan and send the invoice and DD250 to the Security Cooperation Office - Payment Office at following e-mail address:

[email protected]

INSTRUCCIONES DE PAGO

Contratista está autorizado a presentar factura después de finalizar entrega. Si la factura es por un pago parcial ototal favor indicarlo en la factura. Las facturas deben ser enviadas a mas tardar a los cinco dias de terminar el servicio o entrega indicando que es pago parcial o final. Firme, escanee y envie la factura y la forma DD250 a la Oficina de Seguridad y Cooperacion - Oficina de Pago al siguiente e-mail:

[email protected]