SOLICITATION NOTICE
R -- TRAVEL SERVICES
- Notice Date
- 3/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561510
— Travel Agencies
- Contracting Office
- Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, District of Columbia, 20005
- ZIP Code
- 20005
- Solicitation Number
- MCC-09-RFP-0046
- Point of Contact
- Diane Bradley ,, Phone: 202 521-7231, John H. Young,, Phone: 202 521-3680
- E-Mail Address
-
bradleyde@mcc.gov, youngj@mcc.gov
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. Solicitation MCC-09-RFP-0046 entitled "Travel Services" is issued as a Request for Proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. The associated North American Industrial Classification System (NAICS) code for this procurement is 561510-Travel Agencies, Small Business size standard $3.5 million. This acquisition is open to all qualified offerors. Contractors shall provide a pricing for the Statement of Work as follows: Line Item 0001: Base Year,Two Agents On-Site Travel Service: Quantity: 12 Months; Line Item 0002: Base Year After Hours Travel Help Desk Off-Site: Quantity: 12 Months; Line Item 1001: Option Year One,Two Agents On-Site Travel Service: Quantity: 12 Months; Line Item 1002: Option Year One, After Hours Travel Help Desk Off-Site: Quantity: 12 Months; Line Item 2001: Option Year Two,Two Agents On-Site Travel Service: Quantity: 12 Months; Line Item 2002: Option Year Two, After Hours Travel Help Desk Off-Site: Quantity: 12 Months; Line Item3001: Option Year Three,Two Agents On-Site Travel Service: Quantity: 12 Months; Line Item 3002: Option Year Three, After Hours Travel Help Desk Off-Site: Quantity: 12 Months; Line Item 4001: Option Year Four,Two Agents On-Site Travel Service: Quantity: 12 Months; Line Item 4002: Option Year Four, After Hours Travel Help Desk Off-Site: Quantity: 12 Month. STATEMENT OF WORK TRAVEL SERVICES 1.0 INTRODUCTION The Millennium Challenge Corporation (MCC) is a Federal Corporation created under Title VI of the Foreign Operations, Export Financing, and Related Programs Appropriations Act, 2004. The MCC requires a professional travel service to provide airline tickets, train tickets, rental car reservations and hotel reservations for domestic and international MCC travelers supporting MCC's mission. Following is a table that includes a sample of the frequently visited destinations: Frequently Visited Countries Albania Lesotho Rwanda Armenia Liberia Sao Tome and Principe Benin Madagascar Senegal Bolivia Malawi Sri Lanka Burkina Faso Mali Tanzania Cape Verde Mauritania Timor-Leste (East Timor) Colombia Moldova Uganda El Salvador Mongolia Ukraine Georgia Morocco Vanuatu Ghana Mozambique Yemen Guyana Namibia Zambia Honduras Nicaragua United Kingdom Indonesia Niger Belgium Jordan Paraguay Italy Kenya Peru Turkey Kyrgyzstan Philippines 2.0 SCOPE The overall objective of this procurement is to provide an on-site reservation and travel service to MCC employees and designated individuals in accordance with all U.S. Federal Travel Regulations. 3.0 SERVICES TO BE PERFORMED The Contractor shall: 3.1 Maintain an on-site travel services office staffed by two full-time agents and hold business hours on weekdays from 9:00AM to 5:30PM EST; Office will be closed for all Federal holidays and any days MCC headquarters office is officially closed; Contractor will follow guidelines for weather-related closures and any other emergency actions as issued by the Office of Personnel Management (OPM) or any other Federal Agency when issuing guidance to Federal Government Employees in the Washington, DC, metropolitan area; 3.2 Receive general dates and itineraries from MCC travelers via a completed approved travel order form; 3.3 Search for travel options within the guidelines of the Federal Travel Regulations, Fly America Act, the GSA City- Pairs program, and other regulations applicable to Federal travelers. Agents must have demonstrated knowledge of the travel rules and regulations applicable to federal government travelers. Agents must also become familiar with all supplemental MCC travel regulations that will be made available to them after contract award; 3.4 Obtain MCC traveler's approval to make the reservation; 3.5 Prepare and distribute a draft itinerary and total ticket price to MCC traveler; 3.6 Work directly with travelers to make final flight selections; 3.7 Monitor final travel approvals in the MCC "eTravel" system so that ticket(s) may be purchased upon trip approval by the MCC Travel Office; 3.8 Monitor and advise of industry alerts and updates such as pilot strikes, weather closures, etc. which may impact MCC travelers; 3.9 Assist travelers with changes to purchased tickets including processing cancellations, exchanges and refunds, and securing replacement tickets and/or alternative routing tickets; 3.10 Provide computer equipment and supporting supplies (e.g., ticket stock, etc.) as needed to access reservations systems and generate paper tickets and receipts, when electronic ticketing is not available for traveler; 3.11 Provide MCC travelers with an alternate number (e.g., Help Desk) to contact when the main MCC office is closed to secure flight changes; 3.12 The Help Desk travel agent(s) must be available 24/7, including Saturdays, Sundays and Holidays. The Help Desk travel agent must be globally reachable via phone. The help desk agent(s) must possess the same knowledge as on-site travel agents as defined in paragraph 3.3 Statement of Work. Help Desk travel agent(s) must adhere to MCC policy regarding recordkeeping and maintain individual traveler and MCC corporate information and records as confidential and take the appropriate steps to secure both paper and computer files and access to same; 3.13 The travel agents will generate monthly reports on traveler activity by individual traveler and by cabin class of service purchased for MCC travelers. Report format must be a multi-field spreadsheet which can be sorted and otherwise modified by MCC for use in generating Federal reports and responding to Congressional and other inquiries regarding MCC travel spending and practices; 3.14 The travel agents will maintain individual traveler and MCC corporate information and records as confidential and take the appropriate steps to secure both paper and computer files and access to same; and 3.15 Contractor is required to collect and provide traveler information to the Transportation Security Administration (TSA) under the Secure Flight Program guidelines. Information provided must be handled in accordance MCC policy regarding recordkeeping and maintain individual traveler and MCC corporate information and records as confidential and take the appropriate steps to secure both paper and computer files and access to same; 3.16 All travel agents, either permanently or temporarily assigned including Help Desk Agents must: • Pass a general background security check in order to obtain an ID/entrance badge and to have access to the MCC computer system for email exchanges with MCC travelers, etc.; • Adhere to MCC policy regarding recordkeeping and maintain individual traveler and MCC corporate information and records as confidential and take the appropriate steps to secure both paper and computer files and access to same; and 4.0 GOVERNMENT FURNISHED PROPERTY/SERVICES 4.1 Millennium Challenge Corporations (MCC), Administration and Finance department will: Provide office space, furniture, desk chairs, visitor seating, locking storage cabinets, restroom access and standard office supplies as are provided and/or available to all MCC staff. The office shall have a locking door and keys to the door will be issued and maintained by the MCC Office of Security. All items and keys will remain the property of MCC; 4.2 Conduct and cover the expenses for background checks, security clearances, badge photographs, identification badge production, credit checks, and any other clearance actions required for all MCC employees and contractors who work in MCC space, and have access to MCC sensitive information, materials and systems; 4.3 Provide custodial service for standard trash removal, floor care and dusting as provided to all MCC staff on a daily basis. Activities such as carpet cleaning and window washing will be done in conjunction with the schedule for all MCC space and advance notice will be given for these actions whether scheduled by MCC (e.g., carpet cleaning) or by the building management (e.g., exterior window washing).; 4.4 Provide two standard desktop computers configured with MCC-approved software and security measures. The computers will be identical to those provided to MCC employees and will remain the property of MCC. Contractors must follow MCC guidelines for use of the computer and Internet access provided by MCC. Contractors should have no reasonable expectation of privacy for any activity performed on the MCC-owned computer. The MCC Information Technology (IT) department will be responsible for the installation and upkeep of this equipment. Contractor shall use the MCC IT Help Desk to report any problems with the MCC equipment and only allow MCC IT personnel to service MCC equipment; 4.5 Provide one laser printer for regular office printing. The printer will be of the same caliber as those provided to MCC employees and will remain the property of MCC. The MCC IT department shall configure the printer so it can be shared by the two Contractor agents; and 4.6 Provide a personal digital assistant or other electronic handheld information device (e.g., cell phone, BlackBerry, etc.) if MCC deems necessary for the Contractor agents to have to support MCC travelers; 5.0 PERIOD OF PERFORMANCE The performance period of the contract is as follows: Base Period From date of contract award through Month 12. Option Period 1 Month 13 through Month 24 Option Period 2 Month 25 through Month 36 Option Period 3 Month 37 through Month 48 Option Period 4 Month 49 through Month 60 6.0 PLACE OF PERFORMANCE On- site performance shall take place at the MCC headquarters, 875 Fifteenth N.W. Washington D.C. 20005. Off-Site performance via telephone. 7.0 CONTRACT TYPE: The Government contemplates award of a firm-fixed price contract of one year with four one year priced options. 8.0 DELIVERABLES 8.1 Electronic Itineraries to travelers 8.2 Paper airline tickets, as needed, to travelers 8.3 Monthly traveler individual reports to include passengers name, remarks, issue date, carrier code, ticket number, departure date, segment pair, segment carrier, class of service, dollar amount of travel, refunds,exchanges. 8.4 Monthly traveler budget consolidated reports including passengers name, remarks, issue date, carrier code, ticket number, departure date, segment pair, segment carrier, class of service, dollar amount of travel, refunds,exchanges. 8.5.1. The above information shall be in spreadsheet format. Information will be used for reporting purposes and must be provided with sort data capability. 9.0 PROPOSAL EVALUATION 9.1 Clause FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) (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 in descending order of importance: (1) Technical Capability: Personnel Professional Qualifications - Assigned personnel experience within a federal agency environment to include the following: Knowledge of Federal Travel Regulations, Knowledge of Fly America Act, GSA City-Pairs Program and Knowledge of Transportation Security Administration (TSA) Secure flight Program Reporting Procedures. The Government will use the following adjectival rating: Exceptional Offeror's proposal exceeds requirements and demonstrates an exceptional understanding of goals and objectives of the acquisition. One or more major strengths exist. No significant weaknesses or deficiencies exist. Acceptable Offeror's proposal demonstrates an acceptable understanding of goals and objectives of the acquisition. There may be strengths and weaknesses. Strengths outbalance any weaknesses that exist and there are no deficiencies. Marginal Offeror's proposal demonstrates a marginal understanding of the goals and objectives of the acquisition. Weaknesses have been found that outbalance any strengths that exist. Weaknesses will be difficult to correct. Deficiencies must be corrected prior to award. Unacceptable Offeror's proposal demonstrates an unacceptable understanding of the goals and objectives of the acquisition. The proposal has one or more significant weaknesses or deficiencies that will be very difficult to correct, or are not correctable. (2) Past Performance: Past performance shall be evaluated with respect to an offeror's probability of successfully completing the solicitation requirements based on the offeror's performance on similar contract efforts. If the Offeror has no relevant corporate or organizational past performance, the Offeror may provide past performance on an Offeror's proposed key personnel who have relevant experience. An Offeror without a record of relevant past performance or for whom information on past performance is not available, will receive a neutral rating on past performance. Offerors are cautioned that the Government will use data provided by each Offeror and data obtained from other sources in the evaluation of past and present performance. The Past performance references should be included as a separate section in the Technical proposal and should include the following: contract Number, contract dollar value, period of performance, description of services, and name of agency or company point of contact for contract to include name, telephone number and email address. The Offeror shall provide completed work assignments during the last three years similar in nature, or directly related to the requirements of the statement of work. Past Performance - Adjectival Ratings: The Government will use the following ratings: High Risk, Medium Risk, Low Risk, and Unknown Risk High Risk Likely to cause significant disruption of schedule, increased cost or degradation of performance. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Medium Risk Can potentially cause some disruption of schedule, increased cost, or degradation of performance. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low Risk Has little potential to cause disruption of schedule, increased cost or degradation of performance. Normal contractor effort and normal Government monitoring will probably be able to overcome difficulties. Unknown Risk No relevant performance record is identifiable upon which to base a meaningful performance risk prediction. A search was unable to identify any relevant past performance information for the Offeror or key team members/subcontractors or their key personnel. This is neither a negative or positive assessment. 10. Proposal Submission Requirements: Volume 1. Technical Proposal: One (1) original and 3 additional paper copies, One (1) CD or electronic copy. Volume 2: Price Proposal: One (1) Original and 3 additional paper copies, One (1) CD or electronic copy. This is a best value procurement. Offerors are cautioned that failure to provide all the required information may make the offer non-responsive and may result in elimination of the Offeror from further consideration for award. Also, Offerors are cautioned of the possibility that award may be made without discussion of the proposal received; therefore, the initial offer should be submitted on the most favorable terms from a price and technical standpoint which the Offeror can submit to the Government. 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 Offeror'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. To be eligible for award, offerors must be registered in the Central Contractor Registration (CCR), as required by FAR 52.204-7, Central Contract Registration. The database can be accessed at http://www.ccr.gov. If you are already registered in the CCR, you are advised to review your information to ensure that your registration is complete and verified. To be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Proposals must be received by April 14th, 2009, 2:00PM (Eastern Daylight Savings Time). Proposals shall be mailed to: Millennium Challenge Corporation, 875 Fifteenth Street NW, Washington DC, 20005 Attn: Diane Bradley, Senior Contract Specialist, Phone: 202-521-7231, email: bradleyde@mcc.gov. Alternate Point of Contact, John Young, Contracting Officer, and Phone: 202-521-3680, email: youngj@mcc.gov. Any questions regarding this combined synopsis/solicitation must be submitted, in writing, within seven (7) days of the date of this notice. The following clauses are incorporated by reference: FAR 52.212-1, Instructions to Offers-Commercial Items (June 2008) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (October 2008, ALT.1) The following clause is incorporated in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Order-Commercial Items (Jan 2009) (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) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (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: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (5) [Reserved] __ (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (7)(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. __ (8) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (9)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (10) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (11) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (12)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (13) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (15) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (16) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). _x_ (17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (18) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). _x_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x_ (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _x_ (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _x_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (25)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (26) 52.222-54, Employment Eligibility Verification (JAN 2009). (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.) __ (27)(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)). __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (30) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (32) 52.225-5, Trade Agreements (NOV 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (33) 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). __ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _x_ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (40) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (42)(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) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (7) 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 paragraphs (e)(1)(i) through (xi) of this paragraph 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 (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vi) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-54, Employment Eligibility Verification (JAN 2009). (xii) 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).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=68077aad81da00baa25fc8edbe4d085f&tab=core&_cview=1)
- Place of Performance
- Address: 875 Fifteenth Street NW, Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN01776871-W 20090326/090324221126-68077aad81da00baa25fc8edbe4d085f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |