Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2011 FBO #3571
SOLICITATION NOTICE

D -- Software System for Transcoding and Generating Derivatives for Digital Video and Audio Files - Attachment 1 - Schedule of Prices - Attachment 2 - RFQ Information Sheet

Notice Date
9/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334611 — Software Reproducing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-11-Q-0089
 
Archive Date
9/29/2011
 
Point of Contact
Cynthia D. Jones, Phone: 3018371860, Ann P Harrison, Phone: (301) 837-0772
 
E-Mail Address
cynthia.jones@nara.gov, ann.harrison@nara.gov
(cynthia.jones@nara.gov, ann.harrison@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - RFQ Information Sheet Attachment 1 - Schedule of Prices This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Firm Fixed-Priced quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-11-Q-0089 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective August 4, 2011. This is an unrestricted acquisition, issued in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. The National Archives and Records Administration (NARA) intends to issue a contract(s) with firm fixed-priced contract line items (CLINs). EVALUATION: This is an unrestricted procurement, subject to Full and Open Competition. The Government reserves the right to issue multiple contracts, as well as, award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR 13.5 in conjunction with Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation and in accordance with the guidance at FAR 12.301(c)(2). A contract will be issued to the Contractor(s) whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this procurement will be obtained through a lowest price technically acceptable evaluation. For evaluation purposes, the firm-fixed price for each CLIN will be determined by multiplying the Unit Price by the Quantity of units, and the total fixed price will be determined by summing the firm-fixed price of all CLINs. Contractors must provide pricing for each CLIN, including any Option CLINs. The Government will only accept commercial-off-the-shelf items. BACKGROUND: The purpose of this procurement is to purchase a software system for the automated transcoding and generating derivatives of digital video and audio files for the Digitization Services Branch (IDS) of the National Archives and Records Administration (NARA). REQUIREMENTS: F.O.B. Destination pricing is requested for each CLIN, all delivery costs must be included in total firm fixed price. See Attachment 1, Schedule of Prices. Contractors must submit their pricing (USD) in accordance with RFQ Attachment 1, Schedule of Prices. Contractors must complete and submit Attachment 2, RFQ Information Sheet. See Attachment 3, Performance Work Statement for specifications. DELIVERY: Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. QUESTIONS: Questions regarding this RFQ must be submitted in writing to Ms. Cynthia Jones no later than 12:00 PM EST on September 9, 2011. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. SUBMISSION OF QUOTATIONS: Three (3) copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Ms. Cynthia Jones (NAMA-11-Q-0089), 8601 Adelphi Road, Room 3400, College Park, MD 20740-6001 or e-mailed to: cynthia.jones@nara.gov. Quotations should be received by 12:00 PM EST on September 14, 2011. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant fixed price contract, with the exception of FAR provisions which will be removed prior to issuance of the order: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010) - Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision - a copy of the provisions can be found at https://www.acquisition.gov/far/; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) -- see Attachment 4, Terms and Conditions for Addenda to this clause; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2011) - see Attachment 4, Terms and Conditions for the full text of this clause; FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.232-18, Availability of Funds (Apr 1984). See Attachment 4, Terms and Conditions for additional applicable FAR provisions and clauses. ATTACHMENT 1 SCHEDULE OF PRICES CONTRACT LINE ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT OF ISSUE UNIT PRICE TOTAL FIRM- FIXED PRICE 0001 Computer Software System, inclusive of delivery and one year warranty, (see specifications in Attachment 3) 1 Each $ _______________ $ _________________ 0002 Option Year 1 (months 13-24) Maintenance of CLINs 0001 1 Year $ _______________ $ ___________________ 0003 Option Year 2 (months 25-36) Maintenance of CLINs 0001 1 Year $ _______________ $ ___________________ 0004 Option Year 3 (months 37-48) Maintenance of CLINs 0001 1 Year $ _______________ $ ___________________ 0005 Option Year 4 (months 49-60) Maintenance of CLINs 0001 1 Year $ _______________ $ ___________________ TOTAL for all CLINs tiny_mce_marker________________ NOTES 1. Total Firm-Fixed Price must include cost for shipping. 2. DELIVERY SCHEDULE: Software System - 30 days after date of order. Ship To Address: Archives II - 3301 Metzerott Road, College Park, MD 20740. Mark For Information provided in 52.212-4 Addenda. Attachment 2 RFQ Information Sheet Failure to provide the TAA Country of Production (if applicable) will result in no further consideration of the quotation. Vendors must complete this sheet and submit it with the Quotation. Failure to do so will render the quotation unacceptable for receipt of the order. Statutory/Regulatory Compliance TRADE AGREEMENT ACT COUNTRY OF PRODUCTION:_____________________ ENERGY STAR® OR FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED: YES_____ or NO_____ IPv6 COMPLIANT: YES____ or NO_____ SECTION 508 COMPLIANT: YES_____ or NO____ Specific Terms, Conditions, and Administrative information PAYMENT TERMS: DELIVERY DATE: NAME AND ADDRESS OF QUOTER: ________________________________________________________________________ TELEPHONE NO (INCLUDE AREA CODE): __________________________ FAX NUMBER: ___________________________ E-MAIL ADDRESS: _____________________________________ ENROLLED IN CENTRAL CONTRACTOR REGISTRATION? Yes____ No____ CAGE CODE NUMBER: _____________________________________ DUNS: _______________________________________ GSA CONTRACT #: __________________________________ Vendor Certification: [By signing the Vendor acknowledges that the information provided in response to this RFQ is correct.] NAME AND TITLE OF SIGNER: __________________________________ DATE OF QUOTATION: ___________________________________ SIGNATURE OF PERSON AUTHORIZED TO SIGN: ______________________________ ATTACHMENT 3 PERFORMANCE WORK STATEMENT FOR Software System for the Automated Transcoding and Generating Derivatives of Digital Video and Audio Files 1.0 INTRODUCTION Statement of Need The Digitization Services Branch of Information Services of the National Archives and Records Administration (NARA) is planning to issue a firm fixed price contract to procure a software system for automated transcoding and generating derivatives of computer-based digital video and audio files with on-going support and maintenance for the software application(s). This RFQ is for the purchase of software application(s) and ongoing support and maintenance only, and does not include any computer server hardware. 2.0 BASIC REQUIREMENTS The Digitization Services Branch (IDS) of Information Services (I) of the National Archives and Records Administration (NARA) is expanding capabilities in the Audio, Video and Motion Picture labs relating to digital recordings, and needs a software-based application for batch-processing transcoding tasks and automated derivative generation. 2.1 General Requirements: SOFTWARE TO BE PURCHASED Qty Software and Services 1 Computer software system for automated transcoding and generating derivatives of digital video and audio files- with maintenance and support. Licenses for all codecs supported by the application. The software system must be an out of the box program that has been in production use by at least two (2) organizations for a minimum of twelve (12) months. All quotes must supply the names and contact information for at least two (2) client references using the version of the software system proposed. Software must be able to run within NARA's existing/target environment. The proposed solution should not include hardware. Information about the NARA Provided Target Environment in Which the System Will Operate  Target operating platform: • Eight (8) core Intel Xeon X5xxx series or AMD Opteron 6100 series processors with • 32 GB RAM • Two (2) 1 Gb/s copper Ethernet network interface card (NIC) • Windows 2008 Server Standard Edition operating system  Operating Environment: • Staff work five (5) days a week, eight (8) hour shift per day • Unattended 24/7 operation of automated processing required 3.0 Operational Activities 3.1 Set up workflow - define configurations for different types of process and jobs - both transcoding processing parameters and metadata parameters 3.2 Set up jobs - define specific configuration for individual jobs 3.3 Submit jobs to server application for automated processing 3.4 Monitor system, processes, and errors 3.5 Output defined complement of audio and video files 3.6 There must be no constraints in the software about the sizes of input files assuming that NARA provides sufficient hardware to process the job. 4.0 System functionality 4.1 Job Configuration 4.1.1 User should be able to invoke the application from his/her network account. 4.1.2 When defining the specifications for a transcoding job, a user should have a clear view of all of the supported options that are available. Any options that are not supported should be clearly identified. 4.1.3 Help information should be readily accessible from the job definition/transcode definition screen. 4.1.4 For each supported output type, the user should have the ability to configure all of the variable aspects of the output type. 4.1.5 The user interface should clearly label the configurable options that are available. 4.1.6 The user interface should have a clear division between the user interface for configuring a job and the user interface for executing a transformation job. 4.2 Encoding and decoding capabilities 4.2.1 All license fees must be included in the proposal. 4.2.2 Ability to transcode from the following file formats: 4.2.2.1 DPX (as defined by SMPTE 268M-1994) and version 2.0 (as defined by SMPTE 268M-2003) 4.2.2.1.1 Must support 10 Bit LOG RGB 2K (2048x1556) and 4K (4096x3112) 4.2.2.2 MPEG-2 (4:2:2 Profile / Main Level and Main Profile / Main Level) accompanied by 2 channel (stereo LR) and MPEG Layer 2 audio and AC3 audio) 4.2.2.3 Uncompressed video stream within a QuickTime wrapper; accompanied by 2-8 channels of 48kHz/24-bit-linear PCM audio 4.2.2.4 Uncompressed video streams within an AVI wrapper; accompanied by 2-8 channels of 48kHz/24-bit-linear PCM audio Must support 8 bit and 10 bit video; YUV (specifically the YUY2 fourCC) and RGB; SD and HD resolutions up to 1920x1080; interlaced and progressive scanning; and frame rates of 29.97 (aka 59.94i), 24 PsF and 23.98p 4.2.3 Ability to transcode to the following video file formats: 4.2.3.1 MPEG-2 (4:2:2 Profile / Main Level and Main Profile / Main Level) accompanied by 2 channel (stereo LR) and MPEG Layer 2 audio and AC3 audio) 4.2.3.2 H.264 (.MOV) accompanied by 2 channels of AAC audio 4.2.3.3 Windows Media (VC-1 compliant) accompanied by 2 channels of Windows Media Audio 9.2 audio 4.2.4 Ability to transcode from the following audio file formats 4.2.4.1 BWF Version 0 and 1 as defined by EBU Technical document 3285 4.2.5 Ability to transcode to the following audio file formats 4.2.5.1 MPEG1/2 Audio Layer 3 (MP3) 4.2.6 Files from the transcoding process should be well-formed and technically valid against industry standards when read by a number of independent file type identification tools and automated QC/QA tools. 4.2.7 Ability to integrate transcoders for emerging file formats within the workflow framework of the application 4.3 Batch Processing 4.3.1 Supports the batch processing of a group of homogeneous or heterogeneous file types. 4.3.2 Ability to process multiple transcoding tasks simultaneously. 4.3.2.1 Ability to monitor all tasks running at one time. 4.3.2.2 Ability to terminate an individual task without terminating other running tasks. 4.3.2.3 Failure of one transcoding task should not negatively affect the other running tasks. 4.3.3 Ability to farm work to multiple servers as the production capacity grows and track the work on multiple machines from a single interface. Only one instance is being sought at this time. 4.4 System extensibility 4.4.1 Ability to invoke processing by use of local watch folders and network watch folders. 4.4.2 Ability to invoke system capabilities via a web service or API. 4.5 Metadata capabilities and compliance- 4.5.1 Ability to export metadata into XML 5.0 Workflow Management 5.1 Job Profiles - software shall have the ability to define and save all user settings as job profiles, and reuse profiles for later sessions and jobs 5.2 User Profiles - software shall have the ability to configure user interface for individuals and save settings as user profiles - including ability to configure controls that appear in the user interface and ability to lock out access to selected settings 5.3 Ability to perform rework (reprocessing of digital recordings as identified as part of the quality control process) 5.4 Audit trail of all work and rework 6.0 Software Support 6.1 Software support should include maintenance releases, upgrades and technical support at no additional cost for the base year. 6.2 Software support should include maintenance releases, upgrades and technical support for up to four (4) option years at a specified cost per year. 6.3 Technical support by telephone and by email. Requests should receive a response within four (4) business hours. 7.0 Documentation 7.1 A User Manual will be provided, either in electronic on-line or hard copy format. The User Manual will be available as soon as the software license is issued and the software is delivered. 8.0 PLACE OF PERFORMANCE Computer software system to be delivered to the following location: Digitization Services Branch (IDS) 3301 Metzerott Road, College Park, Maryland, 20740 Entrance for delivery will be via Metzerott Road 9.0 PERIOD OF PERFORMANCE The period will be for delivery no more than thirty (30) days from date of award. NARA will have a period of 30 days after the issuance of the software license and the software is delivered to test the product. 10.0 HOURS OF OPERATION Work must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA Contracting Officers Representative (COR) and the Contractor. 11.0 TASKS AND DELIVERABLES The deliverables are discussed in Section 2 and Section 7 above. 12.0 MISCELLANEOUS REQUIREMENTS 12.1 All work must be completed on a schedule mutually agreed upon by the vendor and the Government no later than one year from contract award date in base year or applicable option year. 12.2 No transportation or travel expenses will be paid. Government-furnished materials: N/A ATTACHMENT 4 TERMS AND CONDITIONS The following clauses and provisions are incorporated and will remain in full force in any resultant firm-fixed price contract(s): I. ADDENDA to FAR 52.212-4 A. GOVERNMENT CONTRACT SPECIALIST The Contract Specialist assigned to this order/contract is: Cynthia Jones, Contract Specialist Telephone: (301) 837- 1860 Email: cynthia.jones@nara.gov B. MARK FOR INFORMATION Contractor must include the following information clearly on shipping container address label: Award Number: tbd Accepting POC: tbd, Code: tbd Room: tbd C. INVOICE SUBMISSION REQUIREMENTS 1. All original invoices submitted for payment shall be sent electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel Files are the preferred format; however, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid 2. If electronic invoices are not possible a) Original invoices shall be sent to: ARC/ASD/NAR Avery Street 3-F Bureau of the Public Debt P.O. Box 1328 Parkersburg, WV 26106-1328 b) One copy to the Contract Specialist (identified above). c) One copy to: National Archives and Records Administration Attn: tbd, Code: tbd Room: tbd Email: tbd@nara.gov For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-7000 3. The contractor's invoice shall include the following information and/or attached documentation: (a) Name of the business concern and invoice date; (b) The complete contract number and/or delivery/task order number preceded by the letters NAMA; (c) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number(s); (d) Payment terms; (e) DUNS number; (f) Taxpayer's Identification Number (TIN); (g) Government Fund Cite; and (h) Government Organization ordering the items 4. All invoices for services must be submitted on a monthly basis. Invoices for supplies should not be submitted until the supplies have been received and accepted by the Government. 5. All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award. III. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2011) (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) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (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 (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (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 (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). __ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). __ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (10) [Reserved] __ (11)(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. __ (12)(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. __ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (14)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (16) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (17)(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. __ (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (19) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (22) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). __ (23) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). __ (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _X_ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (30) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). __ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (32) 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.) __ (33)(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.) __ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (35)(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. __ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (39) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (40) 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). __ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (43) 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)). __ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (46) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (49)(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: __ (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) (Sep 2009) (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 (Sep 2009) (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) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 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 (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 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.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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. IV. ADDITIONAL APPLICABLE FULL-TEXT FAR CLAUSES A. FAR 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. B. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years six (6) months. C. FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) This order 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 address: https://www.acquisition.gov/far/index.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-11-Q-0089/listing.html)
 
Place of Performance
Address: National Archives at College Park, 8601 Adelphi Road, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN02561350-W 20110904/110902235252-7a9b134e2a6eba175cd4a1abf135c7a6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.