Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2020 SAM #6688
SOLICITATION NOTICE

Z -- Naval Nuclear Power Training Command - Facility Maintenance Services

Notice Date
3/20/2020 9:23:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441820Q0002
 
Response Due
12/27/2019 12:00:00 PM
 
Archive Date
04/03/2020
 
Point of Contact
Jonathan Hirsch, Phone: 8439635160, Terry Harrelson, Phone: 8439635158
 
E-Mail Address
jonathan.hirsch@us.af.mil, Terry.Harrelson.1@us.af.mil
(jonathan.hirsch@us.af.mil, Terry.Harrelson.1@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
AMENDMENT Three:� The purpose of this Amendment is to A.� Extend the response date/time from 23 Dec 2019 to 27 Dec 2019 at 3:00 PM EST. AMENDMENT TWO:� The purpose of this Amendment is to A.� Incorporate the Pre-Proposal Question and Answer document into the solicitation B.� Revise solicitation PWS. C.� Revise PWS Appendix A. D.� Incorporate Appendix D. E.� Incorporate PowerPoint Presentations presented at the Pre-Proposal Conference. F.� Delete Appendix M which was not deleted as stated in solicitation amendment one. G.� All other terms and conditions remain unchanged. AMENDMENT ONE:� The purpose of this Amendment is to A.� Incorporate Past Performance Questionnaire Attachment 4 to�the solicitation package B.� Delete Appendix M from the solicitation package. C.� All remaining terms and conditions remain unchanged. Combined Synopsis/ Solicitation for Commercial Items (i) 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 and Simplified Procedures for Certain Commercial Items in FAR 13.5. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued. (ii) This Synopsis/Solicitation reference number is FA441820Q0002 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, Dated November 12, 2019. (iv) This acquisition is 100% set-aside for 8(a) Small Businesses. The associated NAICS code is 561210 with a $38.5 million size standard. (v) A site visit will be conducted at 0900 on Tuesday, 10 December 2019. Attendees are limited to two personnel per firm. Prospective Offerors shall meet at the Joint Base Charleston-Weapon Station (JBC-WS) Redbank Club at 2316 Red Bank Rd, Goose Creek, SC 29445. Prospective Offerors are urged to attend this conference and are requested to contact Mr. Jonathan Hirsch, Contract Specialist at (843) 963-5160, e-mail address jonathan.hirsch@us.af.mil no later than 03 December 2019 if they plan to attend. Special arrangements will be required to gain access to the Navy Nuclear Power Training Command (NNPTC). Offerors are cautioned NNPTC has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED.� Offerors should allow sufficient time to obtain a visitor pass.� Security forms will be required to be turned in to this office no later than 0900 on 04 December 2019 (see combo attachments). Details regarding the information required will be provided upon request by Mr. Jonathan Hirsch at jonathan.hirsch@us.af.mil. A firm fixed price contract is contemplated. (vi) The purpose of this requirement is to provide Facility Maintenance services. The principle place of performance is located at NNPTC, JBC-WS, Goose Creek, SC. NNPTC is an academic complex consisting of nineteen facility types and structures including student living quarters, training facilities, a dining facility, and an energy plant. The Offeror shall be responsible for maintaining all facilities, structures, systems and equipment to safe and reliable operational standards with minimum disruptions to NNPTC�s mission. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/) ADDENDA FAR 52.212-1, Instructions to Offerors � Commercial. 1. PART I � PRICE - Submit an electronic copy of the completed Pricing Schedule (electronic copies must be compatible with Microsoft Office or Adobe programs) (a) Complete the FA441820Q0002 Price Sheet. In doing so, the Offeror accedes to the contract terms and conditions as written in the Synopsis/Solicitation, with attachments. The Synopsis/Solicitation constitutes the model contract. (b) Insert proposed unit and extended prices in the space provided in the FA441820Q0002 Price Sheet. Offerors are not required to enter a unit price or extended unit price for Repair CLINs 0002, 0004, 1002, 1004, 2002, 2004, 3002, 3004, 4002, and 4004. Instead, Offerors shall fill-in the proposed mark-up rates provided at the bottom of the price sheet for those CLINS. All CLIN extended amounts must equal the whole dollar unit price multiplied by the number of units. The Pricing Worksheet must be completely filled in, unless otherwise directed. The offer must be submitted for a base period of six months, four options at twelve months, and one option lasting six months. (c) Complete the necessary fill-ins and certifications in all provisions. The provisions FAR 52.212-3,Offeror Representations and Certifications � Commercial Items, shall be returned along with the offer. 2. PART II � PAST PERFORMANCE INFORMATION - Only references for recent and relevant contracts will be considered. Submit an electronic copy of past performance information (electronic copies must be compatible with Microsoft Office or Adobe programs). Quality and Satisfaction Rating for Contracts Completed in the past three years from the issuance of this synopsis/solicitation: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for relevant past efforts/contracts similar in scope and magnitude of effort and complexities identified in this solicitation. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, etc. Performance Surveys: The government will evaluate the quality and extent of Offeror's performance relevant to the requirements of this RFP. Offerors are directed to provide the past performance survey to their business references requested below. Offeror past performance references shall submit the Past Performance surveys directly to the Government personnel authorized to receive offers, not later than the required RFQ response date. The government will use information submitted by the Offeror and any other sources of information available to the Government to assess past performance. Provide a list of no more than three, of the most relevant contracts performed for Federal agencies or commercial customers within the last three years of the solicitation issue date. Relevant contracts include performance of Facilities Maintenance similar in size and scope described in the Performance Work Statement and which requires personnel experienced and qualified to perform Preventative Maintenance and Inspections, Facility Repairs, and Equipment Repairs on items such as: Industrial HVAC PM/Repair (650-800T Trane Chillers, DDC Controls); Food Service Equipment (i.e. garbage grinders, combination ovens, sculleries, tray conveyors, steam kettles, etc.); Hot Water Boilers, Steam Boilers, including condensate, hot water and steam lines; Electronic Locks; Roofs (i.e. roof leaks); 24/7/365 On-Site Response Capability; and General electrical, mechanical, and plumbing maintenance.� The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. At a minimum, incorporate the following in the past performance survey: Company/Division name Product/Service Contracting Agency/Customer Contract Number Contract Dollar Value Period of Performance Verified, up-to-date name, address, FAX & telephone number of the contracting officer or contracting officer�s representative. Comments regarding compliance with contract terms and conditions. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with the same partner. If offeror is a joint venture, past performance for the joint venture only is requested. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime contractor without the subcontractor�s consent. A Letter from all subcontractors must be provided if they are intended to perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (d) Documents submitted in response to this solicitation must be fully responsive to, and consistent with the following: 1. Requirements of the solicitation and Performance Work Statement (PWS), and government standards and regulations pertaining to the PWS. 2. Evaluation Factors for Award. ADDENDA FAR 52.212-2, Evaluation - Commercial Items Evaluation. (Oct 2014) 1. Evaluation Factors (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 past performance considered. Each Offeror�s quote shall be evaluated against the following evaluation factors: FACTOR 1: PRICE FACTOR 2: PAST PERFORMANCE Past Performance is significantly more important than 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 or unit price(s) are significantly unreasonable, unaffordable, or unbalanced. Evaluation of unit price(s) options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 2. BASIS FOR CONTRACT AWARD The Government will adhere to FAR 52.212-2 Evaluation � Commercial Items, during evaluation of quotes. This is a competitive subjective tradeoff in which competing Offeror�s past performance history will be evaluated on a basis significantly more important than price. The Government will evaluate Price evaluation factor 1, and Past Performance evaluation factor 2. The Government will determine which offer represents the best overall value. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions to Offerors, the Offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their prices and performance records. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: Factor 1: Total Evaluated Price. First, all Offerors will be ranked according to price, inclusive of option prices. The Government shall assess each Offeror�s quoted price for reasonableness, affordability, and balance. An Offeror�s quoted prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each line item. All sub-totals will then be added to confirm the total for the base and all option periods. Similarly, the price for 52.217-8 Option to Extend Services shall be evaluated by evaluating the quoted price for the fifth option period, in order to establish any possible extension of services fair and reasonable at time of award. If the lowest priced offer is determined to have reasonable, affordable, or balanced pricing, the Government will evaluate that offer for past performance. If the lowest priced offer is determined not to have reasonable pricing, the Government will evaluate the next lowest priced Offeror�s in the same manner. �Factor 2: Performance Confidence Assessment. Next, past performance will be evaluated. The contracting officer will seek recent and relevant performance information on the lowest price Offeror based on (1) the references provided by the Offeror and (2) data independently obtained from other government and commercial sources. Recent is defined as performance during the preceding three years from the date of issuance of this synopsis/solicitation. Relevant performance includes performance of efforts requiring management, tools, equipment, and labor, to perform Facilities Maintenance of an effort similar in scope and magnitude of effort and complexity as this solicitation requires. The purpose of the past performance evaluation is to allow the government to assess the Offeror�s probability of meeting the solicitation requirements based on the offeror�s demonstrated past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence, or No Confidence as defined in the table below.� �Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal Offeror. Offerors with no recent/relevant performance history or if the Offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned shall receive the rating of �Neutral Confidence,"" meaning the rating is treated neither favorably nor unfavorably. The Government shall give greater consideration to Offerors whose past performance information rates �Substantial Confidence� or �Satisfactory Confidence� than to those Offerors whose past performance information rates �Neutral Confidence.� Performance Confidence Assessments Rating Description Substantial Confidence Based on the Offeror�s recent/relevant performance record, the Government has a high expectation that the Offeror will successfully perform the required effort. Satisfactory Confidence Based on the Offeror�s recent/relevant performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort. Neutral Confidence No recent/relevant performance record is available or the Offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The Offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence Based on the Offeror�s recent/relevant performance record, the Government has a low expectation that the Offeror will successfully perform the required effort. No Confidence Based on the Offeror�s recent/relevant performance record, the Government has no expectation that the Offeror will be able to successfully perform the required effort. In evaluating past performance, the government reserves the right to give greater weight to information on those contracts deemed most relevant to the effort described in this solicitation. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal Offeror. The following table, also from the DoD Source Selection Guide, describes past performance relevancy ratings. Past Performance Relevancy Ratings Rating Definition Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. If an Offeror is the lowest reasonable, affordable, balanced priced, and receives a �Substantial Confidence� past performance confidence rating, that offer represents the best value to the Government and award will be made with no further evaluations. If the lowest priced Offeror is found to have unreasonable, unaffordable, or unbalanced pricing, evaluations will continue until an Offeror is found with reasonable, affordable, balanced pricing, and receives a �Substantial Confidence� past performance confidence assessment or until all offers have been evaluated. At that point an integrated assessment best value award decision will be made considering a trade-off between Past Performance and Price to determine the best value for the government. In the event no Offeror receives a substantial confidence rating, the Contracting Officer will evaluate the lowest reasonable, affordable, balanced priced satisfactory confidence rated offer or determine if discussions are in order. Offerors are cautioned to submit sufficient information and in the format specified in the instructions to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their Offeror or respond to adverse past performance information to which the Offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information supporting a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for offer revision. The Government intends to make award based on the initial submissions without conducting interchanges. Therefore, each offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges if, during the evaluation, it is determined to be in the best interest of the Government. Interchanges are fluid interactions between the Contracting Officer (CO) and the Offerors that may address any aspect of the quote and may or may not be documented in real time. However, the Government reserves the right to conduct interchanges using Interchange Notices (IN). Offeror responses to INs will be considered in making the award selection decision. Interchanges may be conducted with one, some, or all Offerors. The Government is not required to conduct interchanges with any or all Offerors responding to this Synopsis/Solicitation. The CO will determine prices fair and reasonable through the use of one or more of the evaluation techniques at FAR 13.106-3(a). PROVISIONS/CLAUSES INCORPORATED BY REFERENCE CLAUSE NO. CLAUSE TITLE YEAR-MO SECTION VARIATION 252.201-7000 Contracting Officer's Representative 1991-12 SEC G 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I 252.204-7004 Antiterrorism Awareness Training for Contractors. 2019-02 SEC I 252.204-7006 Billing Instructions. 2005-10 SEC G 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 2016-10 SEC I 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 2016-10 SEC I 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I 252.205-7000 Provision of Information to Cooperative Agreement Holders 1991-12 SEC I 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 2019-05 SEC I 252.211-7007 Reporting of Government-Furnished Property. 2012-08 SEC I 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L 252.219-7011 Notification to Delay Performance. 1998-06 SEC I 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements. 2010-12 SEC I 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 2014-09 SEC I 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 SEC I 252.225-7001 Buy American and Balance of Payments Program. 2017-12 SEC I 252.225-7002 Qualifying Country Sources as Subcontractors. 2017-12 SEC I 252.225-7012 Preference for Certain Domestic Commodities. 2017-12 SEC I 252.225-7048 Export-Controlled Items. 2013-06 SEC I 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. 2019-04 SEC I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 SEC G 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.236-7000 Modification Proposals--Price Breakdown 1991-12 SEC G 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 2013-06 SEC I 252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I 252.243-7002 Requests for Equitable Adjustment. 2012-12 SEC I 252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property. 2012-04 SEC E 252.245-7002 Reporting Loss of Government Property. 2017-12 SEC I 252.245-7003 Contractor Property Management System Administration. 2012-04 SEC I 252.246-7008 Sources of Electronic Parts. 2018-05 SEC I 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003) 2017-01 SEC I Deviation 2019-O0003 2019-01 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) 2011-11 SEC I Deviation 2019-O0003 2019-01 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 2017-01 SEC I 52.203-6 Restrictions on Subcontractor Sales to the Government. 2006-09 SEC I Alternate I 1995-10 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC I 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC K 52.204-7 System for Award Management. 2018-10 SEC I 52.219-13 Notice of Set-Aside of Orders. 2011-11 SEC I 52.222-37 Employment Reports on Veterans. 2016-02 SEC I 52.224-3 Privacy Training. 2017-01 SEC I 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 SEC I 52.245-1 Government Property. 2017-01 SEC I 52.212-4 Contract Terms and Conditions-Commercial Items. 2018-10 SEC I 52.212-1 Instructions to Offerors-Commercial Items. 2018-10 SEC F 252.219-7010 Notification of Competition Limited to Eligible 8(a) ConcernsPartnership Agreement. 2016-03 SEC I 52.202-1 Definitions. 2013-11 SEC I 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. 2010-10 SEC I 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 2014-04 SEC I 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 2017-01 SEC I 52.203-3 Gratuities. 1984-04 SEC I 52.203-5 Covenant Against Contingent Fees. 2014-05 SEC K 52.204-13 System for Award Management Maintenance. 2018-10 SEC I 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. 2011-05 SEC I 52.204-9 Personal Identity Verification of Contractor Personnel. 2011-01 SEC L 52.207-2 Notice of Streamlined Competition. 2006-05 SEC I 52.216-18 Ordering 52.217-5 Evaluation of Options. 1990-07 SEC M 52.219-18 Notification of Competition Limited to Eligible 8(a) Concerns SEC I 52.223-6 Drug-Free Workplace. 2001-05 SEC I 52.227-14 Rights in Data-General. 2014-05 SEC I 52.228-5 Insurance-Work on a Government Installation. 1997-01 SEC I 52.229-3 Federal, State, and Local Taxes. 2013-02 SEC I 52.232-1 Payments. 1984-04 SEC I 52.232-11 Extras. 1984-04 SEC I 52.232-17 Interest. 2014-05 SEC I 52.232-18 Availability of Funds. 1984-04 SEC I 52.232-23 Assignment of Claims. 2014-05 SEC I 52.232-8 Discounts for Prompt Payment. 2002-02 SEC I 52.232-40 Providing Accelerated Payments to Small Business Subcontractors SEC I 52.237-1 Site Visit. 1984-04 SEC L 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 1984-04 SEC I 52.242-13 Bankruptcy. 1995-07 SEC I 52.246-25 Limitation of Liability-Services. 1997-02 SEC I 52.252-6 Authorized Deviations in Clauses SEC I 52.253-1 Computer Generated Forms. 1991-01 SEC I 5352.223-9000����������� Elimination of Class I Ozone Depleting Substances (ODS) 5352.223-9001����������� Health and Safety on Government Installations ������������������� (OCT 2019)�� 5352.242-9000����������� Contractor Access to Air Force Installations ����������������������� (OCT 2019) 5352.242-9001����������� Common Access Cards (CAC) for Contractor Personnel ���� (OCT 2019) � PROVISIONS/CLAUSES IN FULL TEXT CLAUSE NO. CLAUSE TITLE (MONTH YEAR) VARIATION NAME DATE CLAUSE TEXT 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (AUG 2019) As prescribed in 12.301(b)(4), insert the following clause: �(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) (31U.S.C.3553). �(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19U.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.] �__X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41U.S.C.4704 and 10U.S.C.2402). �__X__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41U.S.C.3509)). �__X__ (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 2018) (Pub. L. 109-282) (31U.S.C.6101note). �____ (5) [Reserved]. �__X__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). �__X__ (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) (31U.S.C.6101 note). �__X__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41U.S.C. 2313). �____ (10) [Reserved]. �____ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15U.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) (15U.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) (15U.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) (15U.S.C.644). �____ (ii) Alternate I (Oct 1995) of 52.219-7. �____ (iii) Alternate II (Mar 2004) of 52.219-7. �__X__ (16) 52.219-8, Utilization of Small Business Concerns (Oct2018) (15U.S.C.637(d)(2) and (3)). �____ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug2018) (15U.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) (15U.S.C.644(r)). �____ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15U.S.C.637(a)(14)). �____ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15U.S.C.637(d)(4)(F)(i)). �____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15U.S.C.657f). �__X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15U.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) (15U.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 (Dec2015) (15U.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 (Oct2015) (38U.S.C.4212). �____ (ii) Alternate I (July 2014) of 52.222-35. �__X__ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29U.S.C.793). �____ (ii) Alternate I (July 2014) of 52.222-36. �__X__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38U.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 (Jan 2019) (22U.S.C.chapter78 and E.O. 13627). �____ (ii) Alternate I (Mar 2015) of 52.222-50 (22U.S.C.chapter 78 and E.O. 13627). �__X__ (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 Con...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/60e85af7497842d183316cfb0e9cdf16/view)
 
Place of Performance
Address: Goose Creek, SC 29445, USA
Zip Code: 29445
Country: USA
 
Record
SN05595867-F 20200322/200320230142 (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.