Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOLICITATION NOTICE

71 -- Office Furniture - Design and Installation - USDA-NRCS-ND

Notice Date
3/10/2020 12:51:49 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
442110 — Furniture Stores
 
Contracting Office
FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
12FPC320Q0013
 
Response Due
3/13/2020 11:00:00 AM
 
Archive Date
03/28/2020
 
Point of Contact
Nancy W. Harris
 
E-Mail Address
nancy.harris@usda.gov
(nancy.harris@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation number 12FPC320Q0013 is issued as a request for quote (RFQ), and the acquisition procedures at FAR Part 13 are being utilized.� The Government anticipates this solicitation will result in the award of a Firm Fixed Price Purchase Order.� The estimated award date is on or March 17, 2019. ������� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: FAC 2020-04 � 01-15-2020 which can be found at http://www.acquisition.gov/far/index.html ������� This is a 100% Total Small Business Set-Aside Procurement (RFQ). The Small Business size standard is based on the North American Industry Classification System (NAICS) code 442110 �� ����������� �� Furniture Stores, which has a size standard of $22 million average annual income. For more information on size standards visit http://www.sba.gov/size.� Contractors shall be registered in www.sam.gov , System for Award Management (SAM) with this NAICS code in order to be considered for award. �������� Contract Line Item Numbers.���� Refer to Attachment 3 - Pricing Schedule attached to this notice in the RFQ.� The prices quoted must include all costs and services associated with providing the item/service. ������� Description of Requirement � USDA-NRCS has an immediate need for the procurement of design, delivery and installation of office furniture for four (4) workstations, one (1) office, and one (1) reception space for the Hillsboro, North Dakota NRCS Field Office.� Additional employees have been added to this space and there is not adequate desk space to accommodate them.� In addition, removal and disposal of any excess furniture will be required. The Natural Resources Conservation Service (NRCS) Hillsboro North Dakota Field Office is located at 804 W. Caledonia Avenue, Hillsboro, ND 58045. A floor plan is attached to this solicitation.� The delivery and installation are needed �������������� Refer to Attachment 1- Statement of Work, for a detailed description of the required services and deliverables. The following listed attachments are incorporated and made a part of this Solicitation. Attachment 1 � Statement of Work Attachment 2 � Service Contract Labor Standards Wage Determinations Attachment 3 � Pricing and Certification Sheet Attachment 4 - Floorplan Date(s) and Place(s) of Delivery and Acceptance. �������������� �Estimated delivery date: May 12, 2020 �������������� Delivery and acceptance will occur at the USDA-NRCS Field Office at the following address: �������������� 804 W. Caledonia Avenue � � � � � � �� Hillsboro, ND 58045 � ��� The provision at 52.212-1, Instructions to Offerors�Commercial Items, applies to this acquisition. The following addenda also apply. Quoters must read and follow these additional instructions to receive consideration: System for Award Management (SAM) Registration All Contractors must be registered in the System for Award Management, or SAM prior to award of a Federal Contract. �However, due to the need to promptly award a contract after receipt of quotes, registration in SAM, to include completion of the Representations and Certifications, and having a status of �Active� is required BEFORE submitting a quote. For information regarding registration visit www.sam.gov . ����2. ���Pricing and Certification(s) Quoters shall utilize Attachment 3 to this solicitation to submit pricing quotations and to complete the applicable representations and certification(s) which include FAR 52.212-3, Offeror Representations and Certifications�Commercial Items. The quoter must complete the applicable certifications by reading and checking the appropriate box(es). 3. Technical Proposal and Past Performance Information Quoters should submit a written narrative that thoroughly addresses all non-price evaluation factors listed under FAR provision 52.212-2, Evaluation-Commercial Items below. In addition, the narrative should provide a delivery date for the furniture, the quoter�s ability to meet required time frame for installation and plan for executing the work, including resources and personnel available to meet the required timelines. The narrative should be no longer than 5 pages. ������ FAR provision 52.212-2, Evaluation-Commercial Items applies to this solicitation. Evaluation-Commercial Items (Oct 2014) ����� (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability �Capability of the contractor to meet the Government requirement.� The most important requirement is to have the required furniture installed by required date. Past Performance � Include previous history of completing orders for the Government by required due dates and customer satisfaction Price � Providing goods and services at a fair and reasonable price. ����� �����Technical and past performance, when combined, are more important when compared to� price. ����� (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ����� (c)A written notice of award or acceptance of an quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quoter�s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ������� Quoters are required to complete the provision at 52.212-3, Offeror Representations and Certifications�Commercial Items.� This must be completed at SAM.gov and the registration in an �Active� status.� Quoters may use Attachment 3 for this purpose. The clause at 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition and addenda are not attached.� The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition.� Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan�2020) ����� (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) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). ���������� (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). ���������� (5) 52.233-3, Protest After Award (Aug 1996) (31�U.S.C.�3553). ���������� (6) 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.) ������������__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (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). ������������__ (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 (Oct 2018) (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] ����������_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�2018) (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-Subcontracting 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 (Oct 2019) (15�U.S.C.�657f). ������������__ (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�2020) (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. ����������__ (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. ����������__ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29�U.S.C.793). ������������������__ (ii) Alternate I (July 2014) of 52.222-36. ������������__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (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 (Jan 2019) (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. 552 a). ������������������__ (ii) Alternate I (Jan 2017) of 52.224-3. �����������X�__ (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 (Oct 2019) (19�U.S.C.�2501, et seq., 19�U.S.C.�3301 note). ������������__ (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 (Oct�2018) (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)(13)). ����������__ (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: �����[Contracting Officer check as appropriate.] ������������_X_ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). ����������X��__ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41�U.S.C.�chapter�67). ����������X��__ (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). ���������X���__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). ������������_X_ (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). ����� (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) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). ��������������� (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (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. ��������������� (vi) 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. ��������������� (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ��������������� (viii) 52.222-26, Equal Opportunity (Sept 2015) (E.O.11246). ��������������� (ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38�U.S.C.4212). ��������������� (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul�2014) (29�U.S.C.793). ��������������� (xi) 52.222-37, Employment Reports on Veterans (Feb�2016) (38�U.S.C.4212) ��������������� (xii) 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. ��������������� (xiii) 52.222-41, Service Contract Labor Standards (Aug�2018) (41�U.S.C.�chapter�67). ��������������� (xiv) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (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). ��������������� (xv) 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). ��������������� (xvi) 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). ��������������� (xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). ��������������� (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). ��������������� (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). ��������������� (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5�U.S.C.�552a). �������������������� (B) Alternate I (Jan 2017) of 52.224-3. ��������������� (xxi) 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). ��������������� (xxii) 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. ��������������� (xxiii) 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) ��� Provisions and Clauses The following additional Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this solicitation and any resultant contract award. 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only:����������������������������������������������������������������������������� ����������������������������� Employee Class �������������� �������������� ������� ������ Monetary Wage-Fringe Benefits 09040 - Furniture Handler��������������������������� 12.73- $4.58 ������������������������������������������������ AGAR 452.246-70 Inspection and Acceptance. (Feb 1988) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract.� (End of clause) CONTRACT ADMINISTRATION DATA Contract administration will be performed by the CO.� The issuance and execution of orders during the effective period of the contract and acceptance for payment will be made by the CO. GOVERNMENT POINT OF CONTACT for invoice approval. Contractor shall provide a monthly invoice to the Government POC for review and acceptance prior to input request for payment in IPP. Send an email copy to the alternate POC. Each vendor must complete enrollment as the first user in the IPP application located in the Treasury Web Application Infrastructure (TWAI) environment and accepts the online Vendor Participation agreement.� Use provisioning consists of logging into the TWAI website with the user ID and password sent to the user and accepting the TWAI�s rules of behavior. PAYMENT - Electronic Invoicing and Payment Requirements � Invoice Payment Platform (IPP) Invoices must be submitted electronically through the U.S. Department of the Treasury�s Invoice Payment Platform System (IPP) or the Contractor must be wil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7b768274d48c4953bf43acf2fa2f14ff/view)
 
Place of Performance
Address: Hillsboro, ND 58045, USA
Zip Code: 58045
Country: USA
 
Record
SN05584908-F 20200312/200310230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.