Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2016 FBO #5209
SOLICITATION NOTICE

67 -- Audiovisual Studio Equipment and Materials - Attachment 1

Notice Date
2/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 400 7th Street SW, Washington, District of Columbia, 20219, United States
 
ZIP Code
20219
 
Solicitation Number
CCHQQ0022A
 
Archive Date
3/16/2016
 
Point of Contact
Grace Kam, Phone: 2026498147, Karen A. Green, Phone: 202 649-8120
 
E-Mail Address
Grace.Kam@occ.treas.gov, karen.green@occ.treas.gov
(Grace.Kam@occ.treas.gov, karen.green@occ.treas.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Table This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number for this request for quotation (RFQ) is CC16HQQ0022A. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This is a small business set-aside. NAICS: 423410 - Photographic Equipment and Supplies Merchant Wholesaler Size Standard: 100 employees. FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2015), which is incorporated into the RFQ by reference, provides guidance on preparing and submitting quotes. Paragraph "(b) Submission of offers" of Clause 52.212-1 is replaced, in its entirety, by the guidance that follows in this section. The Office of the Comptroller of the Currency (OCC) seeks a responsible vendor to provide audiovisual studio equipment and materials. The offeror shall provide pricing in accordance with the Contract Line Item Number (CLIN) structures. Note, this is a brand name or equal requirement. The salient characteristics of each product are listed in the attached pricing table (Attachment 1). No alternate quotes will be accepted. The quote shall: (1) Propose firm fixed prices for all CLINs specified in the RFQ, and (2) Not deviate from the Government's requirement, product descriptions and quantity. CLIN - Description/Prefered make and model - Quantity CLIN 0001 - Handheld HD Camcorder; Panasonic AG-DVX200 - 3 CLIN 0002 - LED Lighting; Litepanels Astra 1x1 Bi-Color LED Traveler Trip V-Mount Kit - 1 CLIN 0003 - Digital A/V Switcher; Panasonic AG-HMX100 Digital AV Mixer - 1 CLIN 0004 - Tripod; Sachtler 0372 FSB-4 Aluminum Tripod System - 3 CLIN 0005 - Shotgun Microphone; Rode NTG3 Shotgun Microphone Bundle - 3 CLIN 0006 - Lavalier Microphone - Frequency Range A; Sennheiser ew 112 G3 Wireless Bodypack Microphone System with ME 2 Lavalier Mic - A (516-558 MHz) - 2 CLIN 0007 - Lavalier Microphone - Frequency Range G; Sennheiser ew 112 G3 Wireless Bodypack Microphone System with ME 2 Lavalier Mic - G (566-608 MHz) - 2 CLIN 0008 - Production Monitor; Marshall Electronics 17" LCD RM Monitor with HD-SDI Input Module - 1 CLIN 0009 - PCI Card; AJA KONA LHe Plus HD-SDI/Analog Video Capture & Playback PCI Card - 1 CLIN 0010 - Sound Foam; Auralex Studiofoam Pyramid-24 (Charcoal Grey, 12-pack) - 2 CLIN 0011 - Headphones; Sennheiser HD 380 Pro Circumaural Monitoring Headphones - 5 CLIN 0012 - Audio Mixer; Mackie 1642VLZ4 16-Channel 4-Bus Compact Mixer - 1 CLIN 0013 - Remote Pan, Zoom, Focus, and Iris Controller; VariZoom VZRock-PZFI Rocker Controller - 3 CLIN 0014 - Monitor Stand; Matthews Monitor Stand II - 1 CLIN 0015 - Camcorder Bag; Porta Brace CS-DV4 Mini-DV Camcorder Case - 3 CLIN 0016 - Remote Recorder; Atomos Samurai Blade 5" SDI Monitor - 1 CLIN 0017 - Batteries for Camcorder; Panasonic VW-VBD58 Battery Pack - 3 CLIN 0018 - Switcher Monitor; ASUS PA249Q 24" LED Backlit IPS Widescreen Monitor - 1 CLIN 0019 - On-camera LED Light; Vidpro Professional Photo & Video LED Light Kit - 3 CLIN 0020 - 4-Position Battery Charger; Dolgin Engineering TC- 40- SON 4- Position Battery Charger - 1 CLIN 0021 - SDI Cabling; Canare 100' L-3CFW RG59 HD-SDI Coaxial Cable with Male BNCs - 3 CLIN 0022 - Battery for On-camera Lights; Atomos 5200mAh Battery - 3 CLIN 0023 - Memory Cards for Camcorder; SanDisk 64GB Extreme UHS-I U3 SDXC Memory Card (Class 10) - 6 CLIN 0024 - Backdrop Support; Westcott Background Support System - 1 CLIN 0025 - VGA Distribution Amplifier; Atlona VGA Distribution Amplifier with Audio - 1 CLIN 0026 - Black Backdrop; Impact Muslin Background - 10' x 24' (Black) - 1 CLIN 0027 - Hard Disk Drive; HGST 500GB Travelstar 2.5" Mobile Hard Drive - 2 CLIN 0028 - Shoe Adapter; Pearstone Accessory Shoe Adapter - 3 CLIN 0029 - XLR Cable; Kopul Studio Elite 4000 series XLR M to XLR F Microphone Cable - 100' - 3 CLIN 0030 - Shoe Bar; K-Tek KTBAR9 Aluminum Camera Shoe Bar - 3 CLIN 0031 - Lens Filter; Hoya 72mm alpha MC UV Filter - 3 CLIN 0032 - AC for LED Lighting; Vidpro AC Adapter for Z-96 LED Light Kit - 3 CLIN 0033 - Green Screen; Westcott 130 Digital Background (9'x10', Chroma Green) - 1 CLIN 0034 - XLR Cable; Kopul Studio Elite 4000 Series XLR M to XLR F Microphone Cable - 6' - 4 CLIN 0035 - Surge Protector; APC SurgeArrest Performance - 2 CLIN 0036 - XLR Cable; Kopul Studip Elite 4000 Series XLR M to XLR F Microphone Cable - 10' - 2 CLIN 0037 - SDI Cable; Canare 10' HD-SDI Vidoe Coaxial Cable (Red) - 1 CLIN 0038 - Video Cable; Comprehensive 6' (1.82 m) MicroFlex Low - Profile DVI - D Cable - 1 CLIN 0039 - VGA Cable 25'; Comprehensive VGA 15-pin (HD15) Male to Male Cable (25') - 1 CLIN 0040 - SDI Cable; Canare 3' HD-SDI Video Coaxial Cable (Red) - 1 CLIN 0041 - Muslin Clips; Delta 1 Muslin Clip with Hangers - Pack of 10 - 1 CLIN 0042 - VGA Cable 3'; Comprehensive 3' (0.9 m) Pro AV/IT Series Micro VGA HD15 Plug to Plug with Audio Cable - 1 TOTAL COST: $__________ SECTION 508 COMPLIANCE All electronic and information technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists (see CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm ) or FAR Subpart 39.2, Electronic and Information Technology.  1194.21 Software applications and operating systems.  1194.22 Web-based intranet and internet information and applications.  1194.23 Telecommunications products. X 1194.24 Video and multimedia products.  1194.25 Self contained, closed products.  1194.26 Desktop and portable computers.  1194.31 Functional Performance Criteria.  1194.41 Information, Documentation, and Support Documentation Requirements The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. FAR 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 address: http://farsite.hill.af.mil/. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) 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 factor(s) shall be used to evaluate offers: Lowest Price Technically Acceptable. The Government anticipates awarding a single firm fixed price contract. Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a proposal based upon FSS or GWAC contract, the Government will accept the proposed price. However, the terms and conditions stated herein will be included in any resultant contract, not the terms and conditions of the offeror's FSS or GWAC contract. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2015) All firms or individuals responding must be registered with the System for Award Management (SAM), which can be found at http://www.sam.gov. Offerors shall include a completed copy of the provision with their offer or complete electronically at http://www.sam.gov. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) Incorporated by reference. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (FEB 2016) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (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 (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (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). __ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. _X_ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (Jan 2011) of 52.219-4. __ (13) [Reserved] _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 (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (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 (Oct 2015) 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) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (37)(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. __ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (39)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (41) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). _X_ (42)(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. _X_ (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. __ (43) 52.225-5, Trade Agreements (Feb 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (44) 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). __ (45) 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). __ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). __ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (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) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212) (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi) __(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). __(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xii) 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). (xiii) 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). (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 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). (xvii) 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. (xviii) 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) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) a. Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. b. The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. c. Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of Clause) DEPARTMENT OF THE TREASURY ACQUISITION REGULATION CLAUSES DTAR 1052.210-70 CONTRACTOR PUBLICITY (APR 2015) The Contractor, or any entity or representative acting on behalf of the Contractor, shall not refer to the supplies or services furnished pursuant to the provisions of this contract in any news release or commercial advertising, or in connection with any news release or commercial advertising, without first obtaining explicit written consent to do so from the Contracting Officer. Should any reference to such supplies or services appear in any news release or commercial advertising issued by or on behalf of the Contractor without the required consent, the Government shall consider institution of all remedies available under applicable law, including 31 U.S.C. 333, and this contract. Further, any violation of this clause may be considered as part of the evaluation of past performance. (End of clause) DTAR 1052.232-1 ELECTRONIC SUBMISSION OF PAYMENTS REQUESTS (APR 2015) a. Definitions. As used in this clause- (1) "Payment request" means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), "Content of Invoices" and the applicable Payment clause included in this contract. b. Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Invoice Processing Platform (IPP). Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. c. The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with Treasury procedures. d. If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request. (End of clause) OFFICE OF THE COMPTROLLER OF THE CURRENCY CLAUSES 1052.232-8000 (OCC) SUPPLEMENTAL INVOICING REQUIREMENTS (FEB 2014) a. The contractor shall ensure all invoices adhere to the requirements as stated in either FAR 52.212-4(g) or FAR 52.232-25(a)(3), whichever is referenced in the award. b. The contractor shall ensure the OCC award number (beginning with "TCC") is on the face sheet of all invoices. c. The contractor shall include any Prompt Payment Discount terms on the face sheet of all invoices. d. The contractor shall submit invoices in a format that replicates the contract line item number(s) (CLIN) and subCLIN structure of the contractual document. e. If the contract allows for the submission of partial or periodic invoices, the contractor shall include a "Cumulative Invoiced Amount" column. In this column, the contractor shall enter the total amount that has been billed for each CLIN to date. f. The contractor shall submit an electronic invoice to: i. OCC's Accounts Payable at OMAPVendorInvoice@occ.treas.gov, ii. The POC or COR (email provided under separate letter), and iii. The Contract Administrator (email provided under separate letter) g. If the contractor does not have the means to submit an electronic invoice, a hardcopy invoice shall be sent to: Comptroller of the Currency Accounts Payable, MS #5W-3 400 7th Street, SW Washington, DC 20219 h. The OCC may deem any invoice that does not fully comply with the invoicing requirements specified in this clause as an improper invoice and return the invoice to the contractor for correction and resubmission. (End of Clause) 1052.239-8000 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY (JUNE 2014) a. Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, or used under this contract/order must comply with the "Electronic and Information Technology Accessibility Provisions" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR Part 1194. Information about Section 508 is available at http://www.section508.gov/. The complete text of Section 508 Final Provisions can be accessed at http://www.access-board.gov/sec508/standards.htm. b. The Section 508 accessibility standards applicable to this contract/order are identified in the Statement of Work/Specification/Performance Work Statement. If it is determined by the Government that EIT products and services provided by the Contractor do not conform to the described accessibility standards in the Product Assessment Template, remediation of the products or services to the level of conformance specified in the Contractor's Product Assessment Template will be the responsibility of the Contractor at its own expense. c. In the event of a modification(s) to this contract/order, which adds new EIT products or services or revises the type of, or specifications for, products or services the Contractor is to provide, including EIT deliverables such as electronic documents and reports, the Contracting Officer may require that the contractor submit a completed Voluntary Product Accessibility Template found at http://www.itic.org/public-policy/accessibility, to assist the Government in determining that the EIT products or services support Section 508 accessibility standards. (End of Clause) 1052.242-8001 (OCC) POINT OF CONTACT (JUNE 2014) a. The Point of Contact (POC) for this award is responsible for inspection and invoice approval, and where required, acceptance of deliverables or services rendered. b. The POC does not have authority to take any action, either directly or indirectly, that would change pricing, quantity, place of performance, delivery schedule, or any terms and conditions of this award or to direct the contractor in the accomplishment of effort which goes beyond the scope. c. If the contractor believes the POC has changed the scope of this contract, order or blanket purchase agreement, the contractor shall promptly notify the Contracting Officer (CO) verbally or in writing. In the event the contractor effects any change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the award price to cover any increase incurred as a result thereof. d. The POC for this award is: Name: TBD Address: TBD Telephone: TBD E-mail: TBD@occ.treas.gov (End of Clause) 1052.243-8001 (OCC) AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (SEP 2012) a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who provide technical direction or in any other manner communicates with contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer (CO), or is pursuant to specific authority otherwise included as a part of this contract. c. The CO is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the CO's. In the event the Contractor effects any change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The CO will be identified via separate letter to the contractor. (End of Clause) Questions regarding this solicitation are due by February 29, 2016 at 12:00 Noon EST. Quotations are due by March 1, 2016 at 2:00 PM EST via email transmission to Grace.Kam@occ.treas.gov. Contact Grace Kam at Grace.Kam@occ.treas.gov or at (202)649-8147 for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/OCC/ASDMS413/CCHQQ0022A/listing.html)
 
Place of Performance
Address: 400 7th Street SW, Washington, District of Columbia, 20219, United States
Zip Code: 20219
 
Record
SN04031903-W 20160227/160225235604-c243ed0a89e26ddea29898800ac02548 (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.