Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
SOLICITATION NOTICE

J -- Maintenance Agreement for Audio and Video Players/Recorder Decks - Solicitation and Attachments

Notice Date
9/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001, United States
 
ZIP Code
20740-6001
 
Solicitation Number
NARA-883103-18-Q-00085
 
Archive Date
10/5/2018
 
Point of Contact
Cynthia D. Jones, Phone: 301-837-1860, Santo C Plater, Phone: 301-837-2059
 
E-Mail Address
cynthia.jones@nara.gov, santo.plater@nara.gov
(cynthia.jones@nara.gov, santo.plater@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 5 - RFQ Information Sheet Attachment 2 - Schedule of Prices Copy of Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items 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 is NARA-883103-18-Q-00085 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 2005-100 effective August 22, 2018. This is an unrestricted requirement under NAICS code 811211, Consumer Electronics Repair and Maintenance. CONTRACT LINE ITEM NUMBER(S): See Attachment 2, Schedule of Prices. REQUIREMENT: The National Archives and Records Administration (NARA) has a requirement for Installation, Preventative Maintenance and Repair Services for Audio and Video Players/Decks located College Park, MD facility. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant contract, with the exception of FAR provisions which will be removed prior to award: FAR 52.212-1. Instructions to Offerors - Commercial Items (Jan 2017). Addenda: Delete paragraph (h), Multiple Awards. - see below for additional quotation submission instructions. EVALUATION (In lieu of FAR 52.212-2): Evaluation and award will be in accordance with Simplified Acquisition Procedures at FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation authorized by FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. Selection of the Contractor to perform this contract will be based on NARA's assessment of the best overall value to the Government. Accordingly, best value for this procurement will be obtained through a lowest price technically acceptable evaluation. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor's quotation entitled "Exceptions." The Contractor must also include complete rationale, justification, and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without discussions of this procurement. For evaluation purposes, the Total Contract (Base Plus All Option Years) Ceiling Price will be used to determine the lowest price. The resultant contract will include FAR 52.217-8, Option to Extend Services. The Total Option Year IV Contract Ceiling Price will be divided in half and added to the Total Contract (Base Plus All Option Years) Ceiling Price. The resultant contract will include FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). The contract will be for a base year plus four, 12-month option years. The evaluated Total Contract (Base Plus All Option Years) Ceiling Price will be determined by summing the Total Ceiling Price of all performance years (base year and all option years) and half of Option Year IV's ceiling price. Contractors must provide pricing (USD) for each CLIN. FOB destination pricing is required. Attachment 2, Schedule of Prices and Attachment 5, RFQ Information Sheet, must be submitted with quotations. Failure to submit any of the required information and documentation with the quotation may result in rejection of the quotation. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2017) - The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) - see Attachment 6, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2018) - see Attachment 7, FAR Clauses for the full text of this clause and for additional applicable FAR clauses. Full text provisions and clauses can be found at https://www.acquisition.gov. SITE VISIT: A site visit has been scheduled for September 12, 2018 from 10:00 - 11:00. The location of the site visit is: National Archives and Records Administration, 8601 Adelphi Road, College Park, MD 20740. Contractors planning to attend the site visit must furnish the names and titles of its representatives to Cynthia Jones via email at cynthia.jones@nara.gov. Names are due at least one day prior to the site visit. Contractors are limited to a maximum of two (2) representatives. Contractors will not be allowed to ask questions during the site visit. Questions must be submitted in writing to the Contract Specialist by the due date noted below. QUESTIONS: Questions regarding this RFQ and the site visit must be submitted in writing to the Contract Specialist, Ms. Cynthia Jones, at cynthia.jones@nara.gov no later than 12:00 p.m. eastern time on September 17, 2018 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. QUOTATION DUE DATE: Quotations must be received by 12:00 p.m. eastern time on September 20, 2018. Failure to submit quotations by the due date and time 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. QUOTATION SUBMISSION INSTRUCTIONS: NARA requests that contractors email one (1) copy of the quotation to: cynthia.jones@nara.gov. However, contractors may mail one (1) hardcopy. Mailed quotations must be sent to: National Archives and Records Administration, Attention: Ms. Cynthia Jones, 8601 Adelphi Road, Room 3400, College Park, MD 20740-6001. ATTACHMENT 1 PERFORMANCE WORK STATEMENT FOR INSTALLATION, PREVENTIVE MAINTENANCE, AND REPAIR SERVICES FOR AUDIO AND VIDEO PLAYERS/RECORDER DECKS 1.0 INTRODUCTION 1.1 The National Archives and Records Administration (NARA) is an independent Federal agency that helps safeguard and preserve our nation's history by overseeing the management of all Federal records. The stories of our nation and our people are told in the records and artifacts cared for in NARA facilities around the country and people can discover, use, and learn from this documentary heritage. The mission is to ensure ready access to the essential evidence that documents the rights of American citizens, the actions of Federal officials, and the national experience. 1.2 The Motion Picture, Sound and Video Branch (RDSM) of the Special Media Archives Services Division (RDS) is responsible for the accessioning, custodial handling, and public access of the audio and video holdings held by NARA. The Research Room and Archival Projects Team need a complement of Audio and Video Player/Recorder Decks that operate correctly at original factory specifications in order to do accessioning, holdings maintenance work, and to provide access in the Motion Picture, Sound and Video Research Room. Currently, the RDSM unit has a number of non-operational Audio and Video Player/Recorder Decks that need maintenance and/or repair to be operational, and an additional complement of operational Audio and Video Player/Recorder Decks that may need installation, maintenance and/or repair in the future. 2.0 SCOPE 2.1 List of Equipment with Required Services 2.1.1 41 video tape recorders/decks that are in need of On Site Diagnostic Testing, Preventive Maintenance, and Minor Repair services. 32 audio tape recorders/decks that are currently operational and will be covered under the contract for future On Site Diagnostic Testing, Preventive Maintenance, and Minor Repair services. 2.1.2 10 VHS/DVD combination players that are in need of Preventive Maintenance services, limited to cleaning, assessment, removing jammed media. See Attachment 4 for list of equipment. 2.1.3 Contractor shall provide Bench Testing and Major Repair services for inoperable audio and video tape recorders/decks. Equipment will be prioritized for repair services. 2.1.4 Effective Option Year 1 and all consecutive Option Years of the contract, Contractor shall maintain, at a minimum, a 95% (less equipment maintenance downtime) equipment uptime or in-service rate in Room 4000 and Room 4350. In order to determine the uptime or in-service rate, the NARA Point of Contact (POC) or their designated representative will periodically and randomly check all of the Audio and Video Player/Recorder Decks to verify their operability and then calculate whether the 95% uptime or in-service rate is being maintained. 2.2 Installation of Decks and Monitors 2.2.1 During the Base Year on the contract, Contractor shall install decks and monitors in racks. The service shall include but is not limited to hook up of audio and video cables, monitors, switchers, pre-amps, speakers. Several video racks must be equipped with NARA owned equipment. The offeror shall propose which particular decks will be installed and perform the installation. 2.3 Diagnostic Tests and Reporting Requirement 2.3.1 During the Base Year of the contract, Contractor shall perform diagnostics on all Audio and Video Player/Recorder Decks. This base year diagnostic visit shall count as the first of the four base year preventative maintenance visits. 2.3.2 Contractor shall submit a detailed report outlining the maintenance and repair needs identified during the diagnostic tests. The report shall provide recommendations for further work, including preventive maintenance and cleaning, minor repairs, and major repairs. The report shall be submitted to the NARA POC or their designated representative within 7 business days after completion of diagnostic tests. 2.3.3 The diagnostic report shall be submitted prior to any other work being done on Audio and Video Player/Recorder Decks. Bench tests of equipment requiring Major Repair will be submitted to the NARA POC or their designated representative before Major Repairs will be authorized. 2.3.4 Contractor shall coordinate the diagnostic testing with the NARA POC or their designated representative. 2.4 Preventive Maintenance 2.4.1 Contractor shall perform preventive maintenance four times during each year of the contract. Preventative Maintenance shall be performed on only those Audio and Video Player/Recorder Decks approved by the NARA POC or their designated representative. 2.4.2 Preventive maintenance shall be performed in accordance with manufacturer's specification. Preventive maintenance shall include at a minimum: - Cleaning - Replacement of rollers and belts - Check of brake torque - Check of motors and tension regulators - Check of head wear - Head degauss - Control and operational check - Check of link, drive, torque, tape run, power supplies, servos, audio, video, time code, etc. - Alignment and calibration of the above 2.4.3 Contractor shall coordinate preventative maintenance visits with the NARA POC or their designated representative. 2.4.4 Contractor shall submit a report on all preventative maintenance performed. The report shall detail equipment serviced and include labor hours per visit. The report shall be submitted to the NARA POC or their designated representative within 7 business days after each visit. 2.5 Minor Repairs 2.5.1 If minor repairs are required, Contractor shall notify the NARA POC or their designated representative. The Contractor shall provide the NARA POC or their designated representative with a written cost estimate. 2.5.2 If minor repairs are approved, they will be priced separately and added to the contract via a modification signed by a NARA Contracting Officer. Any minor repair services performed in advance of receiving a signed contract modification is at the Contractor's risk. 2.5.3 Contractor shall perform minor repairs following factory service/repair manual recommendations which, at a minimum, shall include: - Replacement of drum - Replacement of audio heads - Replacement of time code heads - Replacement of full-erase heads - Calibration/alignment of all components after minor repair 2.5.4 Contractor shall coordinate minor repair services with the NARA POC or their designated representative. 2.5.5 Contractor shall pick up and return all Audio and Video Player/Recorder Decks requiring minor repair services if equipment needs to be repaired offsite. Equipment shall be picked up from and returned to the National Archives at College Park, 3301 Metzerott Road, College Park, MD 20740. 2.5.6 Acceptance is contingent on full functionality of serviced equipment. 2.5.7 All equipment shall be warranted to be operational for 30 days after completion of minor repair services. 2.5.7 Contractor shall submit a report on all minor repairs performed. The report shall detail equipment serviced and include labor hours per visit. The report shall be submitted to the NARA POC or their designated representative within 7 business days after each visit. 2.6 Major Repairs and Bench Tests 2.6.1 Contractor shall perform a bench test of all Audio and Video Player/Recorder Decks sent for major repair to test and evaluate the operational and repair needs and to bring the Audio and Video Player/Recorder Decks to factory specifications. 2.6.2 Contractor shall submit a written cost estimate and detailed report to the NARA POC or their designated representative outlining the maintenance and repair needs identified during the bench test. The report shall provide recommendations for further work, including preventative maintenance, cleaning, minor repairs, and major repairs. 2.6.3 If major repairs are approved, they will be priced separately and added to the contract via a modification signed by a NARA Contracting Officer. Any major repair services performed in advance of receiving a signed contract modification is at the Contractor's risk. 2.6.4 Contractor shall perform major repairs following factory service/repair manual recommendations which, at a minimum, shall include: - Replacement of motors - Replacement of servos - Replacement of circuit boards - Replacement of power supplies - Replacement of cassette/tape handling assemblies - Replacement of solenoids - Calibration/alignment of all components after major repair 2.6.5 Contractor shall coordinate major repair services with the NARA POC or their designated representative. 2.6.6 Contractor shall pick up and return all Audio and Video Player/Recorder Decks requiring major repair. Equipment shall be picked up from and returned to the National Archives at College Park, 3301 Metzerott Road, College Park, MD 20740. 2.6.7 Acceptance is contingent on full functionality of serviced equipment. 2.6.8 All equipment shall be warranted to be operational for 30 days after completion of major repair services. 2.6.9 Contractor shall submit a report on all major repairs performed. The report shall detail equipment serviced and include labor hours. The report shall be submitted to the NARA POC or their designated representative within 7 business days after completion of repairs. 2.7 Calls for Repair Service 2.7.1 Contractor shall be notified by the NARA POC or their designated representative in the event of an Audio and Video Player/Recorder Deck malfunction. Contractor shall respond via telephone or e-mail to the NARA POC or their designated representative within four (4) business hours after receipt of notification. 2.7.2 Contractor shall contact the NARA POC or their designated representative by the end of the next business day (Monday through Friday) to schedule a date to service the equipment. Consulting with the NARA POC or their designated representative to schedule the service visit is considered to satisfy this requirement. 2.7.3 All scheduled repair services shall be coordinated with the NARA POC or their designated representative at least 3 business days in advance. 2.7.4 The Audio and Video Player/Recorder Decks that are in use in Room 4000 and Room 4350, will be available for repair service from 8:45 a.m. to 5:00 p.m. eastern time, Monday through Friday, excluding Federal Holidays. 2.7.5 Contractor shall pick up and return all Audio and Video Player/Recorder Decks requiring repair services if equipment needs to be repaired offsite. Equipment shall be picked up from and returned to the National Archives at College Park, 3301 Metzerott Road, College Park, MD 20740. 2.7.6 Contractor shall submit a report on all service calls. The report shall detail equipment serviced and include labor hours per visit. The report shall be submitted to the NARA POC or their designated representative within 7 business days after each visit. 2.7.8 Acceptance is contingent on full functionality of serviced equipment. 2.8 Parts 2.8.1 Contractor shall provide wearable parts such as belts and rollers at no additional expense. 2.8.2 If additional parts, other than wearable parts, are required, Contractor shall notify the NARA POC or their designated representative. The Contractor shall provide the NARA POC or their designated representative with a written cost estimate and detail why the part is needed. 2.8.3 Repairs shall not be made and parts shall not be purchased without written approval from a NARA Contracting Officer. The NARA POC is not authorized to approve parts. 2.8.4 If parts are approved, they will be priced separately and added to the contract via a modification signed by a NARA Contracting Officer. Any purchase in advance of receiving a signed contract modification is at the Contractor's risk. 2.8.5 Contractor shall be responsible for installing parts. Parts shall be installed within 14 business days after receipt of contract modification. 3.0 PLACE OF PERFORMANCE AND NARA POINT OF CONTACT 3.1 Services shall be performed at the following location: National Archives and Records Administration 8601 Adelphi Road College Park, MD 20740 3.2 Equipment and parts shall be picked up from and delivered to the following location: National Archives and Records Administration 3301 Metzerott Road College Park, Maryland 20740 Entrance for delivery will be via Metzerott Road. 3.3 The NARA Point of Contact for this order is: Name: TBD Phone: Email: 4.0 PERIOD OF PERFORMANCE 4.1 The period of performance will be for one base year plus four (4) option years. 5.0 HOURS OF OPERATION 5.1 Work performed at NARA in the Research Room (Room 4000) or Accessioning/Processing areas (Suite 4350) must be undertaken during regular business hours, 8:45 a.m. to 5:00 p.m., Monday through Friday, except Federal Holidays. 6.0 TASKS AND DELIVERABLES 6.1 The deliverables are discussed in paragraph 2.0 above. 7.0 ADDITIONAL REQUIREMENTS 7.1 The contractor shall be responsible for safeguarding all government furnished equipment, information, and property provided for contractor use. 7.2 The contractor shall provide all personnel, supplies, facilities, transportation, materials, supervision, and other items and services necessary to perform requirements as defined in this performance work statement except for those items specified as government furnished property. 7.3 The Contractor shall provide all tools and equipment necessary to meet the requirements under this performance work statement. 7.4 Contractor shall report to the NARA POC or their designated representative prior to commencing work. Before beginning and upon completion of any scheduled or unscheduled service call, the contractor's service representative must sign in and sign out with the Security Desk and designated representative for each room location. 7.5 No transportation or travel expenses will be paid. 8.0 GOVERNMENT FURNISHED PROPERTY See Attachment 3, List of Equipment to be Installed/Government Owned Property ATTACHMENT 2 SCHEDULE OF PRICES Base Year - Months 1-12 CLIN Description Quantity Unit of Issue Firm Fixed Unit Price Total Ceiling Price 0001 Base Year Installation of Decks and Monitors in accordance with the PWS. Also See Attachment 3. tiny_mce_marker_____ tiny_mce_marker______ 0002 Base Year Diagnostic Tests in accordance with the PWS. Also See Attachment 4. 1 Each tiny_mce_marker_____ tiny_mce_marker______ 0003 Base Year Preventative Maintenance in accordance with the PWS 3 Each tiny_mce_marker_____ tiny_mce_marker______ 0004 Calls for Repair Services in accordance with the PWS tiny_mce_marker_____ tiny_mce_marker______ 0005 Optional: Minor Repair Services in accordance with the PWS. Note: The Government does not guarantee that the service will be purchased. $50,000.00 Not to Exceed 0006 Optional: Major Repairs and Bench Tests in accordance with the PWS. Note: The Government does not guarantee that the service will be purchased. $50,000.00 Not to Exceed 0007 Optional: Parts in accordance with the PWS. Note: The Government does not guarantee that parts will be purchased. $25,000.00 Not to Exceed 0008 RESERVE -- -- -- -- 0009 RESERVE -- -- -- -- TOTAL BASE YEAR CONTRACT CEILING PRICE: tiny_mce_marker_______ Option Year I - Months 13-24 CLIN Description Quantity Unit of Issue Firm Fixed Unit Price Total Ceiling Price 0010 Preventative Maintenance in accordance with the PWS 4 Each tiny_mce_marker_____ tiny_mce_marker______ 0011 Calls for Repair Services in accordance with the PWS tiny_mce_marker_____ tiny_mce_marker______ 0012 Optional: Minor Repair Services in accordance with the PWS. Note: The Government does not guarantee that the service will be purchased. $50,000.00 Not to Exceed 0013 Optional: Major Repairs and Bench Tests in accordance with the PWS. Note: The Government does not guarantee that the service will be purchased. $50,000.00 Not to Exceed 0014 Optional: Parts in accordance with the PWS. Note: The Government does not guarantee that parts will be purchased. $25,000.00 Not to Exceed 0015 RESERVE -- -- -- -- 0016 RESERVE -- -- -- -- TOTAL OPTION YEAR I CONTRACT CEILING PRICE: tiny_mce_marker_______ Option Year II - Months 25-36 CLIN Description Quantity Unit of Issue Firm Fixed Unit Price Total Ceiling Price 0017 Preventative Maintenance in accordance with the PWS 4 Each tiny_mce_marker_____ tiny_mce_marker______ 0018 Calls for Repair Services in accordance with the PWS tiny_mce_marker_____ tiny_mce_marker______ 0019 Optional: Minor Repair Services in accordance with the PWS. Note: The Government does not guarantee that the service will be purchased. $50,000.00 Not to Exceed 0020 Optional: Major Repairs and Bench Tests in accordance with the PWS. Note: The Government does not guarantee that the service will be purchased. $50,000.00 Not to Exceed 0021 Optional: Parts in accordance with the PWS. Note: The Government does not guarantee that parts will be purchased. $25,000.00 Not to Exceed 0022 RESERVE -- -- -- -- 0023 RESERVE -- -- -- -- TOTAL OPTION YEAR II CONTRACT CEILING PRICE: tiny_mce_marker_______ Option Year III - Months 37-48 CLIN Description Quantity Unit of Issue Firm Fixed Unit Price Total Ceiling Price 0024 Preventative Maintenance in accordance with the PWS 4 Each tiny_mce_marker_____ tiny_mce_marker______ 0025 Calls for Repair Services in accordance with the PWS tiny_mce_marker_____ tiny_mce_marker______ 0026 Optional: Minor Repair Services in accordance with the PWS. Note: The Government does not guarantee that the service will be purchased. $50,000.00Not to Exceed 0027 Optional: Major Repairs and Bench Tests in accordance with the PWS. Note: The Government does not guarantee that the service will be purchased. $50,000.00Not to Exceed 0028 Optional: Parts in accordance with the PWS. Note: The Government does not guarantee that parts will be purchased. $25,000.00Not to Exceed 0029 RESERVE -- -- -- -- 0030 RESERVE -- -- -- -- TOTAL OPTION YEAR III CONTRACT CEILING PRICE: tiny_mce_marker_______ Option Year IV - Months 49-60 CLIN Description Quantity Unit of Issue Firm Fixed Unit Price Total Ceiling Price 0031 Preventative Maintenance in accordance with the PWS 4 Each tiny_mce_marker_____ tiny_mce_marker______ 0032 Calls for Repair Services in accordance with the PWS tiny_mce_marker_____ tiny_mce_marker______ 0033 Optional: Minor Repair Services in accordance with the PWS. Note: The Government does not guarantee that the service will be purchased. $50,000.00Not to Exceed 0034 Optional: Major Repairs and Bench Tests in accordance with the PWS. Note: The Government does not guarantee that the service will be purchased. $50,000.00Not to Exceed 0035 Optional: Parts in accordance with the PWS. Note: The Government does not guarantee that parts will be purchased. $25,000.00Not to Exceed 0036 RESERVE -- -- -- -- 0037 RESERVE -- -- -- -- TOTAL OPTION YEAR IV CONTRACT CEILING PRICE: tiny_mce_marker_______ TOTAL CONTRACT (BASE PLUS ALL OPTION YEARS) CEILING PRICE: tiny_mce_marker_______ Note: NARA will evaluate submitted pricing in accordance with FAR 52.217-5 and FAR 52.217-8. ATTACHMENT 3 LIST OF EQUIPMENT TO BE INSTALLED GOVERNMENT OWNED PROPERTY Installation of video and audio equipment. To expedite processing of archival materials, several video racks must be equipped with NARA owned equipment. The Offeror shall propose which particular decks will be installed and perform the installation. The formats required for each video rack are as follows. Room 4366 - Main Processing Viewing Room - Equipment to be installed: a. Tall rack on wheels b. Single monitor c. Umatic deck d. VHS deck e. Digital Betacam deck f. Switcher Room 4353 - Secondary Processing Viewing Room - Equipment to be installed: I Rack # 1 a. Tall rack on wheels b. Single monitor c. Umatic deck d. VHS deck e. J3 Beta deck f. DVD player/recorder g. Switcher II Rack 2 a. Tall rack on wheels b. Single monitor c. Umatic deck d. VHS deck e. Digital Betacam deck - DVW 522 f. Switcher Room 4354 - Audio Processing Room - Equipment to be installed: a. Short rack, stationary, no wheels (for turntable) b. 2 reel to reel audio tape players (different speeds) c. CD player d. Cassette deck e. DAT deck f. Turn table ATTACHMENT 4 LIST OF EQUIPMENT UNDER CONTRACT List of Video Tape Recorders/Decks Format Make Model Quantity Betacam SP Sony BVW22 1 Digital Betacam Sony DVW522 1 Multi format Sony J-3 2 DVCPro Panasonic AJD230H 1 Hi8 Sony EVO9500A 1 SVHS Panasonic AG7150 8 SVHS Panasonic AG7350 5 Umatic Sony VO5800 3 Umatic Sony VO 5850 2 Umatic Sony VP5000 1 Umatic Sony VP5020 5 Umatic Sony VP7020 2 Umatic Sony VO7600 3 Umatic Sony VP9000 2 Umatic SP Sony VO5600 1 Umatic SP Sony VO9800 1 DVCAM Sony DSR-25 1 DVD Pioneer V-7400 1 List of Audio Tape Recorders/Decks Format Make Model Quantity ¼" Open Reel Tascam 22-2 8 ¼" Open Reel Otari MX5050 3 ¼" Open Reel Ampex ATR700 1 ¼" Open Reel Califone 5600 GX 1 Audio Cassette Tascam 112 1 Audio Cassette Tascam 112B 1 Audio Cassette Tascam 122MKIII 1 Audio Cassette Tascam 202MKIII 1 Audio Cassette Tascam 102 7 Audio Cassette Tascam CC-222 2 Audio Compact Disc Numark CDN15 2 ¼" Open Reel Califone 5600GX 1 Cassette/CD Eiki 7070 1 Cassette/CD TEAC AD-RW900 1 Cassette Sony BM75 1 List of VHS/DVD Players Format Make Model Quantity VHS/DVD Sony SLV-D370P 1 VHS/DVD JVC HR-XVC12 2 VHS/DVD JVC HR-XVC14BU 2 DVD Philips DVP 3560/F7 1 VHS/DVD Toshiba DVR620KU 4 ATTACHMENT 5 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 all applicable information on 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: N/A Specific Terms, Conditions, and Administrative information PAYMENT TERMS: _____________________________________________________________ DELIVERY DATE: _____________________________________________________________ WARRANTY: ___________________________________________________________________ NAME AND ADDRESS OF QUOTER: ______________________________________________ ________________________________________________________________________ TELEPHONE NO (INCLUDE AREA CODE): __________________________ FAX NUMBER: ___________________________ E-MAIL ADDRESS: _____________________________________ ENROLLED IN SYSTEM FOR AWARD MANAGEMENT (SAM)? Yes____ No____ CAGE CODE NUMBER: _____________________________________ DUNS: _______________________________________ 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 6 ADDITIONAL NARA TERMS AND CONDITIONS (Addenda to FAR clause 52.212-4) I. GOVERNMENT CONTRACT ADMINISTRATION A. This contract will be administered by: National Archives and Records Administration Office of the Chief Acquisition Officer, Code Z 8601 Adelphi Road, Room 3340 College Park, MD 20740-6001 B. Contract Specialist (CS): Cynthia Jones Telephone: 301-837-1860 Email: cynthia.jones@nara.gov The Contracting Officer (CO) has the overall responsibility for the administration of this contract. Written communication to the Contract Specialist (CS) must make reference to the contract number and must be emailed or mailed with postage prepaid, to the above address. C. Contracting Officer (CO): Any Z Warranted CO The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify, or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules; make final decisions on disputed deductions from contract payments for non-performance or unsatisfactory performance; terminate the contract for convenience or default; and issue final decisions regarding contract questions or matters under dispute. However, the CO may delegate certain other responsibilities to authorized representatives. D. NARA Point of Contact (POC): POC: TBD Telephone: Email: II. INVOICE SUBMISSION REQUIREMENTS A. The preferred method for invoicing is through the Invoice Processing Platform (IPP) which is a secure web-based electronic invoicing and payment information system. This service is provided by the U.S. Treasury's Bureau of the Fiscal Service free of charge to federal agencies and contractors. IPP allows contractors to view information regarding their contracts and orders, electronically submit invoices and view payment information. B. The IPP website address is https://www.ipp.gov. Contractors can obtain enrollment assistance by contacting the Fiscal Service Accounts Payable Help Desk via e-mail at AccountsPayable@fiscal.treasury.gov or by phone at 304-480-8000, Option 7. C. Contractors that are not able to utilize the IPP system for submitting payment requests may submit invoices electronically by e-mail to AccountsPayable@fiscal.treasury.gov. Microsoft Excel, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are acceptable formats. D. Invoices for services shall be submitted monthly unless otherwise stated elsewhere in the contract. E. For invoice and payment questions call the Fiscal Service AP Help Desk at 304-480-8000, Option 7. ATTACHMENT 7 FAR CLAUSES I. IMPORTANT INFORMATION FOR CONTRACTORS: Depending on the final results of the award, the resulting order from this solicitation will include some or all of the following FAR clauses: FAR 52.212-1, Instructions to Offerors-Commercial Item (Aug 2018); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2018) - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) -- see Attachment 6, Additional NARA Terms and Conditions for Addenda to this clause. FAR 52.232-18, Availability of Funds (Apr 1984). II. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Aug 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 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: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _X_ (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. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (JAN 2011) of 52.219-4. __ (13) [Reserved] __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Nov 2016) of 52.219-9. __ (v) Alternate IV (Aug 2018) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 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). __ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28)(i) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (ii) Alternate I (FEB 1999) of 52.222-26. X (29)(i) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). (ii) Alternate I (JULY 2014) of 52.222-35. X (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (ii) Alternate I (JULY 2014) of 52.222-36. _X_ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). _X_ (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) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). __ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). __ (38)(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. __ (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) 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_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). __ (44) 52.223-21, Foams (JUN 2016) (E.O. 13693). __ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. __ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). __ (47)(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. __ (48) 52.225-5, Trade Agreements (AUG 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (49) 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). __ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). __ (60)(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. __ (iii) Alternate II (FEB 2006) 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) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __ (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (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) (Aug 2018) (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). __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 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. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (xi) 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. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiii) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xiv) 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). (xv) 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). (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 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. (xxii) 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. III. FAR 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). IV. 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. V. 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 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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. VI. FAR 52.242-15 Stop-Work Order (Aug 1989) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. VII. Stop work Cancellation (April 2014) The Contractor is required to report to work and resume full contract performance within six (6) hours of receiving notifications of the stop work cancellation unless otherwise instructed by the Contracting Officer and/or the Contracting Officer's Representative or NARA Point of Contact. VIII. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil or https://www.acquisition.gov/far/ IX. 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/these address(es): http://farsite.hill.af.mil or https://www.acquisition.gov/far/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NARA-883103-18-Q-00085/listing.html)
 
Place of Performance
Address: National Archives and Records Administration, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN05076377-W 20180908/180906232217-4335374cd385f25bb6141e4a80b87c8a (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.