SOLICITATION NOTICE
42 -- Fire Extinguisher Maintenance - Package #1
- Notice Date
- 7/24/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MCCS Cherry Point, Marine Corps Community Services, Contracting Office, PSC Box 8009, Bldg 400, Cherry Point, North Carolina, 28533, United States
- ZIP Code
- 28533
- Solicitation Number
- M0014614T3820
- Archive Date
- 8/13/2014
- Point of Contact
- Joseph A Schwarz, Phone: 2524663417
- E-Mail Address
-
joseph.schwarz@usmc.mil
(joseph.schwarz@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This a copy of the solicitation. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 15,000 Each EAD FIRE EXTINGUISHER REPAIRS FFP Base Year Lot I Period of Performance 01 Aug 2014 - 31 July 2015 EAD FIRE EXTINGUISHER REPAIRS. INSPECTION, REPAIR, REFURBISHMENT, AND DISPOSAL OF NON-STRUCTURAL FIRE EXTINGUISHERS TO COVER A 12 MONTH PERIOD. It is not possible to provide an estimate regarding the type and quantity of fire extinguishers that the units will submit to the program each month. During any given month there is the potential for any combination of services to be needed. MILSTRIP: M3014614SU00365 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000101 Annual Inspection, Service & tagging FFP ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000102 Refill & Recharge Dry Chemical Extgs. FFP Refill & Recharge Dry Chemical Extinnguishers 2.5 lb......... $ ea. 5 lb............ $ ea. 10 lb.......... $ ea. 20 lb.......... $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000103 Six Year Maintenance Dry Chemical Extinn FFP Six Year Maintenance Dry Chemical Extinnguishers 2.5 lb......... $ ea. 5 lb............ $ ea. 10 lb.......... $ ea. 20 lb.......... $ ea ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000104 Low Pressure Hydrotest @ 12 Yrs. FFP Low Pressure Hydrotest @ 12 Yrs. (Dry Chem)............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000105 Refill & Recharge CO2 Extinnguishers FFP Refill & Recharge CO2 Extinnguishers 5 lb.............. $ ea. 10 lb............ $ ea. 15 lb............ $ ea. 20 lb............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000106 DOT High Press. Hydrotest @ 5 Yrs. (CO2) FFP DOT High Pressure Hydrotest @ 5 Yrs. (CO2)............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000107 Parts As Needed: FFP Valve Stem........... $ ea. Gauge................... $ ea. Oring.................... $ ea. Pull Pin................ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000108 Empty and Dispose of Non-Repairable Exti FFP Empty and Dispose of Non-Repairable Extinnguishers...... $ ea ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 15,000 Each OPTION EAD FIRE EXTINGUISHER REPAIRS FFP Option Year I Lot II Period of Performance 01 Aug 2015 - 31 July 2016 EAD FIRE EXTINGUISHER REPAIRS. INSPECTION, REPAIR, REFURBISHMENT, AND DISPOSAL OF NON-STRUCTURAL FIRE EXTINGUISHERS TO COVER A 12 MONTH PERIOD. It is not possible to provide an estimate regarding the type and quantity of fire extinguishers that the units will submit to the program each month. During any given month there is the potential for any combination of services to be needed. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000201 OPTION Annual Inspection, Service & tagging FFP ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000202 OPTION Refill & Recharge Dry Chemical Extgs. FFP Refill & Recharge Dry Chemical Extinnguishers 2.5 lb......... $ ea. 5 lb............ $ ea. 10 lb.......... $ ea. 20 lb.......... $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000203 OPTION Six Year Maintenance Dry Chemical Extinn FFP Six Year Maintenance Dry Chemical Extinnguishers 2.5 lb......... $ ea. 5 lb............ $ ea. 10 lb.......... $ ea. 20 lb.......... $ ea ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000204 OPTION Low Pressure Hydrotest @ 12 Yrs. FFP Low Pressure Hydrotest @ 12 Yrs. (Dry Chem)............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000205 OPTION Refill & Recharge CO2 Extinnguishers FFP Refill & Recharge CO2 Extinnguishers 5 lb.............. $ ea. 10 lb............ $ ea. 15 lb............ $ ea. 20 lb............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000206 OPTION DOT High Press. Hydrotest @ 5 Yrs. (CO2) FFP DOT High Pressure Hydrotest @ 5 Yrs. (CO2)............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000207 OPTION Parts As Needed: FFP Valve Stem........... $ ea. Gauge................... $ ea. Oring.................... $ ea. Pull Pin................ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000208 OPTION Empty and Dispose of Non-Repairable Exti FFP Empty and Dispose of Non-Repairable Extinnguishers...... $ ea ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 15,000 Each OPTION EAD FIRE EXTINGUISHER REPAIRS FFP Option Year II Lot III Period of Performance 01 Aug 2016 - 31 July 2017 EAD FIRE EXTINGUISHER REPAIRS. INSPECTION, REPAIR, REFURBISHMENT, AND DISPOSAL OF NON-STRUCTURAL FIRE EXTINGUISHERS TO COVER A 12 MONTH PERIOD. FUNDING HAS BEEN APPROVED. It is not possible to provide an estimate regarding the type and quantity of fire extinguishers that the units will submit to the program each month. During any given month there is the potential for any combination of services to be needed. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000301 OPTION Annual Inspection, Service & tagging FFP ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000302 OPTION Refill & Recharge Dry Chemical Extgs. FFP Refill & Recharge Dry Chemical Extinnguishers 2.5 lb......... $ ea. 5 lb............ $ ea. 10 lb.......... $ ea. 20 lb.......... $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000303 OPTION Six Year Maintenance Dry Chemical Extinn FFP Six Year Maintenance Dry Chemical Extinnguishers 2.5 lb......... $ ea. 5 lb............ $ ea. 10 lb.......... $ ea. 20 lb.......... $ ea ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000304 OPTION Low Pressure Hydrotest @ 12 Yrs. FFP Low Pressure Hydrotest @ 12 Yrs. (Dry Chem)............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000305 OPTION Refill & Recharge CO2 Extinnguishers FFP Refill & Recharge CO2 Extinnguishers 5 lb.............. $ ea. 10 lb............ $ ea. 15 lb............ $ ea. 20 lb............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000306 OPTION DOT High Press. Hydrotest @ 5 Yrs. (CO2) FFP DOT High Pressure Hydrotest @ 5 Yrs. (CO2)............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000307 OPTION Parts As Needed: FFP Valve Stem........... $ ea. Gauge................... $ ea. Oring.................... $ ea. Pull Pin................ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000308 OPTION Empty and Dispose of Non-Repairable Exti FFP Empty and Dispose of Non-Repairable Extinnguishers...... $ ea ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 15,000 Each OPTION EAD FIRE EXTINGUISHER REPAIRS FFP Option Year III Lot IV Period of Performance 01 Aug 2017 - 31 July 2018 EAD FIRE EXTINGUISHER REPAIRS. INSPECTION, REPAIR, REFURBISHMENT, AND DISPOSAL OF NON-STRUCTURAL FIRE EXTINGUISHERS TO COVER A 12 MONTH PERIOD. FUNDING HAS BEEN APPROVED. It is not possible to provide an estimate regarding the type and quantity of fire extinguishers that the units will submit to the program each month. During any given month there is the potential for any combination of services to be needed. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000401 OPTION Annual Inspection, Service & tagging FFP ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000402 OPTION Refill & Recharge Dry Chemical Extgs. FFP Refill & Recharge Dry Chemical Extinnguishers 2.5 lb......... $ ea. 5 lb............ $ ea. 10 lb.......... $ ea. 20 lb.......... $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000403 OPTION Six Year Maintenance Dry Chemical Extinn FFP Six Year Maintenance Dry Chemical Extinnguishers 2.5 lb......... $ ea. 5 lb............ $ ea. 10 lb.......... $ ea. 20 lb.......... $ ea ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000404 OPTION Low Pressure Hydrotest @ 12 Yrs. FFP Low Pressure Hydrotest @ 12 Yrs. (Dry Chem)............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000405 OPTION Refill & Recharge CO2 Extinnguishers FFP Refill & Recharge CO2 Extinnguishers 5 lb.............. $ ea. 10 lb............ $ ea. 15 lb............ $ ea. 20 lb............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000406 OPTION DOT High Press. Hydrotest @ 5 Yrs. (CO2) FFP DOT High Pressure Hydrotest @ 5 Yrs. (CO2)............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000407 OPTION Parts As Needed: FFP Valve Stem........... $ ea. Gauge................... $ ea. Oring.................... $ ea. Pull Pin................ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000408 OPTION Empty and Dispose of Non-Repairable Exti FFP Empty and Dispose of Non-Repairable Extinnguishers...... $ ea ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 15,000 Each OPTION EAD FIRE EXTINGUISHER REPAIRS FFP Option Year IV Lot V Period of Performance 01 Aug 2018 - 31 July 2019 EAD FIRE EXTINGUISHER REPAIRS. INSPECTION, REPAIR, REFURBISHMENT, AND DISPOSAL OF NON-STRUCTURAL FIRE EXTINGUISHERS TO COVER A 12 MONTH PERIOD. FUNDING HAS BEEN APPROVED. It is not possible to provide an estimate regarding the type and quantity of fire extinguishers that the units will submit to the program each month. During any given month there is the potential for any combination of services to be needed. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000501 OPTION Annual Inspection, Service & tagging FFP ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000502 OPTION Refill & Recharge Dry Chemical Extgs. FFP Refill & Recharge Dry Chemical Extinnguishers 2.5 lb......... $ ea. 5 lb............ $ ea. 10 lb.......... $ ea. 20 lb.......... $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000503 OPTION Six Year Maintenance Dry Chemical Extinn FFP Six Year Maintenance Dry Chemical Extinnguishers 2.5 lb......... $ ea. 5 lb............ $ ea. 10 lb.......... $ ea. 20 lb.......... $ ea ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000504 OPTION Low Pressure Hydrotest @ 12 Yrs. FFP Low Pressure Hydrotest @ 12 Yrs. (Dry Chem)............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000505 OPTION Refill & Recharge CO2 Extinnguishers FFP Refill & Recharge CO2 Extinnguishers 5 lb.............. $ ea. 10 lb............ $ ea. 15 lb............ $ ea. 20 lb............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000506 OPTION DOT High Press. Hydrotest @ 5 Yrs. (CO2) FFP DOT High Pressure Hydrotest @ 5 Yrs. (CO2)............ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000507 OPTION Parts As Needed: FFP Valve Stem........... $ ea. Gauge................... $ ea. Oring.................... $ ea. Pull Pin................ $ ea. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000508 OPTION Empty and Dispose of Non-Repairable Exti FFP Empty and Dispose of Non-Repairable Extinnguishers...... $ ea CLAUSES INCORPORATED BY FULL TEXT 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that -- (a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) ( ) It has, ( ) has not, filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) Section E - Inspection and Acceptance 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 000101 Destination Government Destination Government 000102 Destination Government Destination Government 000103 Destination Government Destination Government 000104 Destination Government Destination Government 000105 Destination Government Destination Government 000106 Destination Government Destination Government 000107 Destination Government Destination Government 000108 Destination Government Destination Government 0002 Destination Government Destination Government 000201 Destination Government Destination Government 000202 Destination Government Destination Government 000203 Destination Government Destination Government 000204 Destination Government Destination Government 000205 Destination Government Destination Government 000206 Destination Government Destination Government 000207 Destination Government Destination Government 000208 Destination Government Destination Government 0003 Destination Government Destination Government 000301 Destination Government Destination Government 000302 Destination Government Destination Government 000303 Destination Government Destination Government 000304 Destination Government Destination Government 000305 Destination Government Destination Government 000306 Destination Government Destination Government 000307 Destination Government Destination Government 000308 Destination Government Destination Government 0004 Destination Government Destination Government 000401 Destination Government Destination Government 000402 Destination Government Destination Government 000403 Destination Government Destination Government 000404 Destination Government Destination Government 000405 Destination Government Destination Government 000406 Destination Government Destination Government 000407 Destination Government Destination Government 000408 Destination Government Destination Government 0005 Destination Government Destination Government 000501 Destination Government Destination Government 000502 Destination Government Destination Government 000503 Destination Government Destination Government 000504 Destination Government Destination Government 000505 Destination Government Destination Government 000506 Destination Government Destination Government 000507 Destination Government Destination Government 000508 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 01-AUG-2014 TO 31-JUL-2015 N/A SEE SCHEDULE AS PER PURCHASE ORDER MCAS CHERRY POINT NC 28533 FOB: Destination M30146 000101 N/A N/A N/A N/A 000102 N/A N/A N/A N/A 000103 N/A N/A N/A N/A 000104 N/A N/A N/A N/A 000105 N/A N/A N/A N/A 000106 N/A N/A N/A N/A 000107 N/A N/A N/A N/A 000108 N/A N/A N/A N/A 0002 POP 01-AUG-2015 TO 31-JUL-2016 N/A SEE SCHEDULE AS PER PURCHASE ORDER MCAS CHERRY POINT NC 28533 FOB: Destination M30146 000201 N/A N/A N/A N/A 000202 N/A N/A N/A N/A 000203 N/A N/A N/A N/A 000204 N/A N/A N/A N/A 000205 N/A N/A N/A N/A 000206 N/A N/A N/A N/A 000207 N/A N/A N/A N/A 000208 N/A N/A N/A N/A 0003 POP 01-AUG-2016 TO 31-JUL-2017 N/A SEE SCHEDULE AS PER PURCHASE ORDER MCAS CHERRY POINT NC 28533 FOB: Destination M30146 000301 N/A N/A N/A N/A 000302 N/A N/A N/A N/A 000303 N/A N/A N/A N/A 000304 N/A N/A N/A N/A 000305 N/A N/A N/A N/A 000306 N/A N/A N/A N/A 000307 N/A N/A N/A N/A 000308 N/A N/A N/A N/A 0004 POP 01-AUG-2017 TO 31-JUL-2018 N/A SEE SCHEDULE AS PER PURCHASE ORDER MCAS CHERRY POINT NC 28533 FOB: Destination M30146 000401 N/A N/A N/A N/A 000402 N/A N/A N/A N/A 000403 N/A N/A N/A N/A 000404 N/A N/A N/A N/A 000405 N/A N/A N/A N/A 000406 N/A N/A N/A N/A 000407 N/A N/A N/A N/A 000408 N/A N/A N/A N/A 0005 POP 01-AUG-2018 TO 31-JUL-2019 N/A SEE SCHEDULE AS PER PURCHASE ORDER MCAS CHERRY POINT NC 28533 FOB: Destination M30146 000501 N/A N/A N/A N/A 000502 N/A N/A N/A N/A 000503 N/A N/A N/A N/A 000504 N/A N/A N/A N/A 000505 N/A N/A N/A N/A 000506 N/A N/A N/A N/A 000507 N/A N/A N/A N/A 000508 N/A N/A N/A N/A Section G - Contract Administration Data Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.204-2 Security Requirements AUG 1996 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2014 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 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 252.203-7003 Agency Office of the Inspector General DEC 2012 252.204-7004 Alt A System for Award Management Alternate A MAR 2014 252.204-7012 Safeguarding of unclassified controlled technical information NOV 2013 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 2012 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUNE 2014) (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)). X 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) (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 (Apr 2010) (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 (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, 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). ____ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (12) 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). ____ (13) [Reserved] X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (July 2013) (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. ____ (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 (NOV 2011) (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)(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. ____ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (July 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ____ (23) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ____ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). X (25) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)). X (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ____ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). X (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ____ (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). X (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ____ (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ____ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (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.) ____ (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) (i) 52.223-13, Acquisition of EPEAT ® Registered Imaging Equipment (Jun 2014)+(E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-13. ____ (39)(i) 52.223-14, Acquisition of EPEAT ® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (41)(i) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (43) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____ (44) (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. ____ (45) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (46) 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). ____ (47) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (48) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (49) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (50) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (51) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (53) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (54) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (55) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (56)(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 Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (3) 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). _____ (4) 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). _____ (5) 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). _____ (6) 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). _____ (7) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). _____ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (9) 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) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (MAY 2014) (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) 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. (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 1998) (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 Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (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 Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). (xi) 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). (xii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 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. (xv) 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) 52.252-2 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): HTTPS://WWW.ACQUISTION.GOV/FAR HTTP://WWW.ACQ.OSD.MIL/DPAP/DARS/DFARSPGI/CURRENT/INDEX.HTML (End of clause) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. Covered DoD official is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the fu nds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC M67443 Issue By DoDAAC M00146 Admin DoDAAC M00146 Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) M30146 Service Acceptor (DoDAAC) M30146 Accept at Other DoDAAC N/A LPO DoDAAC M00146 DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ____ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. TAMMY.MCNABB@USMC.MIL 252-466-7372 (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5ecc5ee322cd3d3118db2ec907c8be8f)
- Place of Performance
- Address: MCAS Cherry Point, Cherry Point, North Carolina, 28533, United States
- Zip Code: 28533
- Zip Code: 28533
- Record
- SN03437076-W 20140726/140724235639-5ecc5ee322cd3d3118db2ec907c8be8f (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 |