SOLICITATION NOTICE
R -- Glen Canyon Dam Adaptive Management Program - Meeting Facilitation
- Notice Date
- 5/18/2020 3:21:48 PM
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- UPPER COLORADO REGIONAL OFFICE SALT LAKE CITY UT 84138 USA
- ZIP Code
- 84138
- Solicitation Number
- 140R4020Q0058
- Response Due
- 6/5/2020 12:00:00 AM
- Archive Date
- 06/20/2020
- Point of Contact
- Goss, Jolyn
- E-Mail Address
-
jgoss@usbr.gov
(jgoss@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 140R4020Q0058 - COMBINED SYNOPSIS/SOLICITATION - Glen Canyon Dam Adaptive Management Program Meeting Facilitation(Full PDF Announcement Attached)-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; quotations are being requested and a written solicitation will not be issued. Solicitation number 140R4020Q0058 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05 effective 02/27/2020. This is a total small business set-aside under NAICS 541611 with an associated small business size standard of $16.5M. Meeting Facilitator Support - Bureau of Reclamation - Glen Canyon Dam Adaptive Management Program Background: The Secretary of the U.S. Department of the Interior (Department) established the Glen Canyon Dam Adaptive Management Program (GCDAMP) to provide an organization and process for cooperative adaptive management of dam operations, downstream resource protection and management along the Colorado River from the Glen Canyon Dam forebay to the Lake Mead inflow, and monitoring and research in support of adaptive management, as well as to improve the values for which The Glen Canyon National Recreation Area and Grand Canyon National Park were established. In 1996, Secretary of the Interior, Bruce Babbitt, created the GCDAMP in response to an Environmental Impact Statement on the Operations of Glen Canyon Dam. The GCDAMP is responsible for implementation of the Grand Canyon Protection Act of 1992, to monitor the operation of Glen Canyon Dam, to ensure the dam is operated in compliance with a range of laws and regulations and mitigate any significant environmental impacts to Glen and Grand canyons. This program is considered to be one of the most successful examples of adaptive management in the country. The Adaptive Management Work Group (AMWG) is a Federal advisory committee subject to the stipulations of the Federal Advisory Committee Act (FACA) (https://www.gsa.gov/policy-regulations/policy/federal-advisory-committee-management/legislation-and-regulations/the-federal-advisory-committee-act), and it is comprised of a variety of stakeholders with disparate interests in the resources. Stakeholders range from both federal and state agencies, Native American Indian Tribes, the Colorado River Basin States, electrical utility consortia, recreational groups, and environmental groups. The AMWG strives for balance and consensus on how to protect downstream resources in Glen and Grand canyons and in their recommendations to the Secretary of the Interior (Secretary) or Secretary�s Designee on the operation of Glen Canyon Dam. Information related to the Program is available on the Program website accessible through https://www.usbr.gov/uc/progact/amp/amwg.html. Objectives: The purpose of this contract is to provide meeting facilitation support services required by the GCDAMP (https://www.usbr.gov/uc/progact/amp/index.html) for FACA meetings, which include AMWG meetings (3 times/year), and potentially Technical Work Group (TWG) or Ad Hoc group meetings (1 to 4 times/year). For the Base Year there will be two in-person AMWG meetings (Phoenix and Flagstaff), and one AMWG webinar meeting. Option years will follow a regular schedule as outlined. Due to COVID-19, it is possible that any of the meetings scheduled for this year could be provided by Webinar or other conference call means, in this case, these meetings would omit travel, but would still have the same performance requirement. Period of Performance: This requirement will be in effect for one base year after the date of award with up to 4 option periods. Billing: Invoices shall be submitted after work is performed. Work performed shall be invoiced separately for each meeting. Government Furnished Information: The government will provide access to the Program website and: Program draft agendas, information and documents, electronic or otherwise, for review prior to the meetings. Work to be Performed and Deliverables: The vendor shall provide all labor, personnel, equipment and supplies needed to accomplish the tasks outlined below and produce all deliverables required. Example meetings for each type (in-person and webinar) can be found on the website given above. Work described below shall adhere to the following standards and requirements: TASKS � The tasks listed here are required for each meeting. Pre-meeting 1) Contact stakeholders as requested by Reclamation�s Contracting Officer�s Representative (COR) to gather agenda items and complete Agenda Information Forms (AIF�s) for select topics as determined by the COR. (example forms can be found on GCDAMP website) (up to 8 hours total). 2) Assist Reclamation in developing the meeting agenda, as well as an annotated agenda for the Secretary�s Designee and Reclamation representative. (up to 4 hours total) 3) Participate in two conference calls (up to 1 hour each) to review meeting agenda with the Secretary�s Designee, COR, and Reclamation staff. 4) Work with meeting participants and presenters to refine their topics and presentations, as requested by the COR (up to 6 hours total). At the meeting 5) Arrive at meeting at least 15 minutes prior to start. 6) Provide meeting facilitation using Robert�s Rules of Order and according to the GCDAMP operating procedures which includes FACA requirements and the inclusion of public comment. 7) Work with Secretary�s Designee and Reclamation staff to guide meeting discussions, maintain order, recognize speakers, guide discussions, follow the agenda, and ensure important comments and action items are recorded. (up to 16 hours total) 8) Develop (with approval from the COR) and distribute an evaluation form at each meeting that includes: a. feedback on quality of facilitation b. suggestions to improve future meetings c. suggestions for future agenda items d. general comments e. provide results of this evaluation to COR in requested format (template will be provided) After the meeting 9) Review and comment on meeting minutes. (up to 4 hours) 10) Provide a post-briefing critique of each meeting to COR and GCDAMP representatives. 11) Follow up on any action items that resulted from the meeting by tracking status and working with COR to determine next steps and conducting outreach as directed. Specific Meetings and Tasks for this Contract: AMWG In-Person Facilitation. The AMWG currently meets twice a year (2-day meetings; 16 total hours each meeting) in person, typically in February (Phoenix) and August (Flagstaff). Tasks for each AMWG meeting include: Task 1: Work with the COR from 1 to 3 months in advance of the meeting to set the agenda, develop an annotated Chair�s agenda, and capture progress towards action items. Attend up to two conference calls to review agenda with Secretary�s Designee. This is historically about 20 hours total of work per meeting Task 2: Arrive at meetings 15 minutes in advance of meeting start time to set up equipment, if any, and coordinate with the COR. Greet participants as they arrive for meeting so contractor can familiarize themselves with participants. Work with COR and Secretary�s Designee to announce meeting and start introductions. Ensure sign-in sheet is distributed and returned to track attendees. Verbally confirm to the Secretary�s Designee immediately following introductions whether or not quorum has been reached. Work with Secretary�s Designee to implement Robert�s Rules of Order and to introduce speakers, recognize commenters for each presentation, and consider motions. Work with separate contractor on notetaking to ensure action items, motions, and follow-up items are captured in the meeting minutes. Ensure that the final verbiage of an approved motion is correct and that those who moved and seconded the motion are clearly identified. Ask for clarification on topics or discussions if needed. Work with COR and with the Secretary�s Designee, or with the Designated Federal Officer if Secretary�s Designee is not present, to guide meeting. Attend two days of meetings (8 hours each day) for in-person meeting. Task 3. During final hours of second day of meeting distribute a questionnaire that seeks participant feedback on the meeting, requests for future agenda items, and asks for critiques on facilitation. These questionnaires will be used by facilitator in future meetings to help set desired agenda items and to make improvements in facilitation. Facilitator will prepare a brief review and summary of these questionnaires and provide to the COR via email within two weeks following the meeting. Task 4: Review meeting minutes for accuracy and comments. This is historically about 4 hours of work per meeting. Task 5: Follow up on any action items that resulted from the meeting by tracking status and working with COR to determine next steps and conducting outreach as directed. This is typically 4-8 hours of work per meeting. Tasks Total cost Task 1 Task 2 Task 3 Task 4 Task 5 Travel -NTE Total NTE Federal travel regulations Location Flagstaff Phoenix Airfare � open Per diem � FTR $66 $56 Vehicle Rental Vehicle Mileage Mass Transit/Lyft/Uber Parking Lodging � FTR $141 $146 Miscellaneous Miscellaneous AMWG Webinar Facilitation: In May there is a conference call usually lasting 3-4 hours. Tasks include: Task 1: Work with the COR from 1 to 3 months in advance of the meeting to set the agenda and capture progress towards action items. This is historically about 8 hours of work per meeting. Task 2: Call into the AMWG Webinar conference call from a location of contractor�s choice. Greet participants as they call-in for meeting so contractor can familiarize themselves with participants. Work with COR and Secretary�s Designee to announce meeting and start introductions. Ensure each attendee is acknowledged and tracked. Verbally confirm to the Secretary�s Designee immediately following introductions whether or not quorum has been reached. Work with Secretary�s Designee to implement Robert�s Rules of Order and to introduce speakers, recognize commenters for each presentation, and consider motions. Work with separate contractor on note-taking to ensure action items, motions, and follow-up items are captured in the meeting minutes. Ensure that the final verbiage of an approved motion is correct and that those who moved and seconded the motion are clearly identified. Ask for clarification on topics or discussions if needed. Work with COR to guide meeting and take over if Secretary�s Designee is not present. This meeting is typically 3-4 hours in length. Task 3: Distribute a questionnaire prior to the webinar in meeting packet that seeks participant feedback on the meeting, requests for future agenda items, and asks for critiques on facilitation. These questionnaires will be used by facilitator in future meetings to help set desired agenda items and to make improvements in facilitation. Facilitator will prepare a brief review and summary of these questionnaires and provide to the COR via email within one week following the webinar. Task 4: Review meeting minutes for accuracy and comments. This is historically about 2 hours of work per webinar. Task 5: Follow up on any action items that resulted from the meeting by tracking status and working with COR to determine next steps and conducting outreach as directed. This is typically 4-8 hours of work per webinar. Tasks Total cost Task 1 Task 2 Task 3 Task 4 Task 5 Total TWG In-Person Facilitation (optional meetings as needed). The TWG are currently meeting four times a year (2-day meetings; 16 total hours for each meeting) in person, typically in January, April, June, and October. The meetings are usually held in a hotel typically in the Phoenix area. Tasks include: Task 1: Work with the COR from 1 to 3 months in advance of the meeting to set the agenda and capture progress towards action items. This is historically about 8 hours of work per meeting. Task 2: Arrive at meetings 15 minutes in advance of meeting start time to set up equipment, if any, and coordinate with the COR. Greet participants as they arrive for meeting so contractor can familiarize themselves with participants. Work with COR to announce meeting and start introductions. Ensure sign-in sheet is distributed and returned to track attendees. Verbally confirm to the COR immediately following introductions whether or not quorum has been reached. Work with COR to implement Robert�s Rules of Order and to introduce speakers, recognize commenters for each presentation, and consider motions. Work with separate contractor on note-taking to ensure action items, motions, and follow-up items are captured in the meeting minutes. Ensure that the final verbiage of an approved motion is correct and that those who moved and seconded the motion are clearly identified. Ask for clarification on topics or discussions if needed. Attend two days of meetings (8 hours each day) for in-person meeting. Task 3. During final hours of second day of meeting distribute a questionnaire that seeks participant feedback on the meeting, requests for future agenda items, and asks for critiques on facilitation. These questionnaires will be used by facilitator in future meetings to help set desired agenda items and to make improvements in facilitation. Facilitator will prepare a brief review and summary of these questionnaires and provide to the COR via email within two weeks following the meeting. Task 4: Review meeting minutes for accuracy and comments. This is historically about 4 hours of work for these meetings. Task 5: Follow up on any action items that resulted from the meeting by tracking status and working with COR to determine next steps and conducting outreach as directed. This is typically 4-8 hours of work per meeting. Tasks Total cost Task 1 Task 2 Task 3 Task 4 Task 5 Travel -NTE Total Travel - NTE Units Phoenix Total Airfare - open Per diem - FTR $56 $224 Rental Mass Transit/Uber/Lyft Mileage Parking Lodging - FTR $146 $438 Miscellaneous Miscellaneous Ad-Hoc Facilitation (optional meetings as needed). There are multiple Ad-Hoc groups (AHG) that answer to the TWG. Some examples are budget, cultural, and trout management. Their purpose is to have discussions on certain topics and then report back to the TWG. There is no set schedule for these meetings at this time however, two-weeks� notice will be given prior to the meeting date. This is typically about 2 � 4 hours per meeting. Task 1: Help to reach a consensus in case the group cannot do so on their own. Facilitate productive conversation and potentially a consensus recommendation to the TWG, ensuring appropriate consideration has been given and the work is consistent with the charge of the AHG. Tasks Total cost Task 1 Total Schedule B � Total Costs including Travel CLIN Description Base OY1 OY2 OY3 OY4 0010 AMWG in person meeting (2-day) 0020 AMWG in person meeting (2-day) 0030 AMWG Webinar 0040 TWG in-person meeting (2-day) (optional, as needed) none 0050 Ad-Hoc meeting (optional, as needed) none Total Provisions and Clauses: The provision at 52.212-1, Instructions to Quoters-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term �quote� where the term �offer� appears in the provision. By the provision at 52.212-2, Evaluation-Commercial Items, this procurement will be evaluated as follows: 52.212-2 EVALUATION � COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: GCDAMP Facilitator Requirements and Evaluation Factors In summary, the facilitator shall have and demonstrate the following technical abilities and past experience. These items shall be demonstrated through submittal as outlined under each bullet point. Submission packages shall not exceed 30 pages in length. Technical Ability: � Demonstrated professional training in facilitation or mediation, a college degree in a related field is preferred. Other specific training in facilitation (e.g., Certified Professional Facilitator, Master Facilitator Training), mediation (e.g., Certified Mediators), or a graduate degree is desirable. Demonstrated professional experience with facilitating meetings of similar complexity and importance as the GCDAMP can be substituted for professional training. o Submittal of Facilitation or Mediation Certificates o Provide CV�s of proposed facilitators that demonstrates training or experience with facilitation or mediation � Demonstrated experience with Robert�s Rules of Order. o Experience can be demonstrated by listing meetings where this technique was followed. Experience with facilitating FACA meetings is preferred. � Demonstrated understanding of environmental issues in the Colorado River basin. Issues and experience relevant to this work are preferred and include �Law of the River�, the Grand Canyon Protection Act and the Endangered Species Act, but experience with other laws and topics that are similar (e.g., Clean Water Act, Tribal rights and sovereignty, state laws) can be used. o Experience can be demonstrated through facilitation at meetings with topics or focus on the Colorado River Basin. Offeror can identify this skill in list of meetings above in �brief description�. � Specific skills include, active listening, speaking to large groups and critical thinking. The facilitator must possess the ability to facilitate a group involving controversial issues of a complex nature and solving common goals. o Submit CV�s of proposed facilitator(s) that demonstrates these skills � Demonstrated organizational skills for assisting in scheduling tasks and for meeting preparation. o Provide examples (minimum 2) of meeting agendas and other documents that were prepared to support facilitation role at meetings. Submission of agenda(s) that demonstrate ability to annotate is preferred. � Demonstrated ability to facilitate a meeting within the desired time frame, maintain order, encourage a concise constructive discussion and achieve the objectives of the meeting. o Provide narrative on skills and personal techniques used to keep meetings on-time and how to address sensitive or contentious topics. Past Experience � Demonstrate a minimum of 10 years of related experience in facilitating large groups consisting of multiple stakeholders and contentious situations. Preference is for experience with FACA groups and river-resource groups, but Resource Advisory Committee (RAC) experience is also applicable. o Must provide list of meetings, brief descriptions, dates, locations, participants, and offeror�s role. Demonstrated experience within the last 5 years is required, with 10 years total experience. Examples should be a of similar size, scope, and complexity as GCDAMP or another FACA group. o Must provide a list of at least three (3) past customers that can provide an evaluation of offerors capabilities related to meeting facilitation Price: Shall be evaluated separately from Technical and Past Experience factors. When combined, Technical Capability and Past Experience are greater when compared with Price. b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote 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 a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�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. The following Provisions Apply to the Solicitation Process of this Procurement: 52.252-1, Provisions Incorporated by Reference (FEB 1998). Any Provisions incorporated by Reference can be found in full text at: https://www.acquisition.gov/far, 52.252.5 � Authorized Deviations in Provisions (APR 1984), 52.212-1 � Instructions to Quoters � Commercial Items (OCT 2018) 52.212-2 � Evaluation � Commercial Items � (OCT 2014), 52.213-3 - Quoter Representations and Certifications � Commercial Items (DEC 2019) - must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry, 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017), 52.204-7 � System for Award Management (SAM) (OCT 2018), 52.204-16 � Commercial and Government Entity Code Reporting (JUL 2016), 52.225-25 � Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (AUG 2018), 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior (Apr 1984), WBR 1452.225-82 � Notice of World Trade Organizations Government Procurement Agreement Evaluations (MAY 2005) The Following Provision must be Completed by and Signed by the Submitting Entity with their quotation package. 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (DEC 2019) The Quoter shall not complete the representation in this provision if the Quoter has represented that it �does not provide covered telecommunications equipment or services as a part of its quoted products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Quoter Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision� �Covered telecommunications equipment or services�, �critical technology�, and �substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� (1)A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Quoter shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (d) Representation. The Quoter represents that it � will, � will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (e) Disclosures. If the Quoter has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services�, the Quoter shall provide the following information as part of the quote� (1) A description of all covered telecommunications equipment and services quoted (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). Signed: _____________________________________________ Date: ______________ The following Clauses Apply to the Solicitation and Any Subsequent Award for this Procurement: 52.252-2, Clauses Incorporated by Reference (FEB 1998). Any Clauses incorporated by Reference can be found in full text at: https://www.acquisition.gov/far, 52.252-6 � Authorized Deviations in Clauses (APR 1984), The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. The following addenda to 52.212-4 apply: The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition: 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) , 52.203-19 � Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017), 52.204-10 � Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018), 52.204-13 � System for Award Management Maintenance (OCT 2018), 52.204-18 � Commercial and Government Entity Code Maintenance (JULY 2016), 52.204-23 � Prohbition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Entities (JULY 2018), 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019), 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018), 52.209-10 � Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015), 52.219-6 � Notice of Total Small Business Set Aside (DEVIATION)(JUL 2019), 52.219-8 - Utilization of Small Business Concerns (OCT 2018), 52.219-14 - Limitations on Subcontracting (Jan 2017), 52.219-28 � Post Award Small Business Program Representation (JUL 2013) 52.222-3 - Convict Labor (June 2003), 52.222-17- Nondisplacement of Qualified Workers (MAY 2014) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 2020), 52.222-21 - Prohibition of Segregated Facilities (Apr 2015), 52.222-26 - Equal Opportunity (SEPT 2016), 52.222-35 - Equal Opportunity for Veterans (OCT 2015), 52.222-36 - Equal Opportunity for Workers with Disabilities (JULY 2014), 52.222-37 - Employment Reports on Veterans (FEB 2016), 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (DEC 2010), 52.222-41 � Service Contract Labor Standards (AUG 2018) Vendors are expected that any quoted price for their services under this contract shall include at least the required minimum wage for Coconino and Maricopa County, Arizona for any personnel performing services under this contract: 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014), 52.222-43 � Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018), 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (May 2014), 52.222-50 - Combating Trafficking in Persons (JAN 2019) , 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), 52.222-53 � Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services � Requirements (MAY 2014), 52.222-54 � Employement Eligibility Verification (OCT 2015), 52.222-55 � Minimum Wages Under Executive Order 13658 (MAR 2016), 52.222-62 � Paid Sick Leave Under Executive Order 13706 (JAN 2017), 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.225-1, Buy American�Supplies (May 2014), 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 � Payment by Electronic Funds Transfer � System for Award Management (OCT 2018), 52.232-40 � Providing Accelerated Payments to Small Business SubContractors (DEC 2013), 52.233-3 � Protest After Award (AUG 1996), 52.233-4 � Applicable Law for Breach of Contract Claim (OCT 2004), 52.242-15 � Stop Work Order (AUG 1989) Additional Clauses that will apply to any award resulting from this solicitation are: 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 60 Days. 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 5 Years 6 Months. DOI-AAAP-0028 � Electronic Invoicing and Payment Requirements � Invoice Processing Platform (IPP) (APR 2013), 1452.201-70 � Authorities and Delegations (SEP 2011), WBR1452.201-80 � Contracting Officer�s Representative�s Authorities and Limitations � Bureau of Reclamation (MAY 2018) Written, signed Quotes on a company letterhead with contact information are due no later than June 5, 2020 by email to jgoss@usbr.gov. These Quotes shall include the vendors technical and past experience submissions, Clause 52.204-24 with the fill in completed and signed, a copy of the statement of work with inserted schedules completed and any other necessary documentation to the contracting officer listed above. For information or questions regarding this Request for Quotation, please contact the Contracting Officer at 801-367-1724
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d2cc833ca9e648718abcdb51711bbec7/view)
- Record
- SN05661000-F 20200520/200518230152 (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 |