Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SOLICITATION NOTICE

C -- Orca3D Hull Assistant for Icebreaker Parametric Design

Notice Date
5/20/2020 8:31:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z04020QPES00700
 
Response Due
6/5/2020 2:00:00 PM
 
Archive Date
06/20/2020
 
Point of Contact
Sherri Ore, Phone: 410-762-6707, Derek Lazaroff, Phone: 410-762-6784
 
E-Mail Address
sherri.s.ore@uscg.mil, derek.w.lazaroff2@uscg.mil
(sherri.s.ore@uscg.mil, derek.w.lazaroff2@uscg.mil)
 
Description
NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program � It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time- consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance.� Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester�s concerns are unresolved, an Independent Review is available by the Ombudsman.� The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government.� The agency�s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed.� To be timely protests must be filed within the period specified in FAR 33.103(e).� Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed.� � The Ombudsman Hotline telephone number is 202.372.3695. � � � Combined Synopsis-Solicitation (1) Action Code: P (2) Date: 05/20 (3) Year: 20 (4) Contracting Office ZIP Code: 21226-5000 (5) Product or Service Code: C219 (6) Contracting Office Address: 2401 Hawkins Point Road, Baltimore, MD (7) Subject: ORCA3D Icebreaker Hull Assistant (8) Proposed Solicitation Number: 70Z04020QPES00700 (9) Closing Response Date: 05 June, 2020 (10)Contact Point or Contracting Officer: Sherri Ore, (410) 762-6707� (11) Contract Award and Solicitation Number: N/A (12) Contract Award Dollar Amount: N/A (13) Line Item Number: N/A (14) Contract Award Date: N/A (15) Contractor: N/A (16) Description:� (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation Number 70Z04020QPES00700 is issued in accordance with FAR 13.5, Simplified Procedures for Certain Commercial Items, as a Request for Quote.� (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, dated 06 May, 2020. (iv) The NAICS code for this solicitation is 541330 with a small business size standard of $16.5M.� This acquisition will be issued using other than full-and-open competitive procedures.�� It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Orca3D, LLC, can successfully provide these services. Concerns having the expertise and required capabilities to provide these services are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is posted. (v) ����������������������������� SCHEDULE OF SUPPLIES OR SERVICES TASK������������������������ DESCRIPTION ������������������������������������������������������ PRICE Task 1 ����������������������� Develop Icebreaker Hull Assistant���������������������������� $____________ Task 2 ����������������������� Develop Tool or Script to Evaluate and ������������������� Calculate Hull Form Parameters�������������������������������� $____________ Task 3 ����������������������� Develop Script to Automate the Execution of Task 1 and Task 2 Deliverables����������������������������� $____________ Task 4 ����������������������� Develop Rhino/Orca3D Tool or Script to Create Ship Subdivisions (Optional)������������������������� $____________ Task 5 ����������������������� Develop Tool or Script to Perform Intact Stability Analyses in Orca3D (Optional)������������������� $____________ Task 6 ����������������������� Develop Tool or Script to Perform Damage Stability Analyses in Orca3D (Optional)������������������� $____________ Task 7 ����������������������� Develop Script to Automate the Execution of a Speed/Power Analysis in Orca3D (Optional)��������� $____________ Task 8 ����������������������� Develop Script to Automate the Execution of Orca3D Marine CFD (Optional)�������������������� ����������� $____________ Task 9 ����������������������� Develop Reporting and Deliverables������������������������� $____________ Task 10���������������������� Provide Post?Delivery Support for Training and Implementation��������������� ����������������������������������� $____________ (vi) See attached Statement of Work (SOW) (vii) Final delivery and acceptance will be 52 weeks after award. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.� In addition, the following language applies to this provision: PROPOSAL SUBMISSION REQUIREMENTS Vendor shall provide a proposal not to exceed 10 pages in length.� Vendor will also be required to fill in the prices in the Schedule above.� The Government will review the proposal and make a determination of technically acceptability when compared to the Statement of Work.� Price: The offeror shall provide a price per CLIN identified in the schedule above, to include a price for the option CLINs.� The Government will evaluate the overall total price of all CLINs identified in the schedule above.��� Past Performance: Vendor shall provide up to three examples of past performance showing relevant experience in the development of 3D hull form modeling and analysis tools.� In addition, the Government will review the Offeror�s Past Performance record of performance in the Federal Awardee Performance and Integrity Information System (FAPIIS) system for those projects that are similar in nature, size and complexity as this requirement, performed or completed within the past five years. ��An offeror that has only positive ratings or does not have any projects that are similar in nature, size or complexity to the current requirement identified in the FAPIIS system, will be rated as acceptable for award.� (x) Offerors shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer.� Vendor must have a valid DUNS number, be registered with the System for Award Management (SAM) and shall provide the DUNS and Tax Identification Number (TIN) with their quote. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) 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 clauses identified by a (X) below also are also applicable to the acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar�2020) ��__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 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 (Jun 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) (31�U.S.C.�6101�note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _x_ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31�U.S.C.�6101note). __ (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 (Mar 2020) (15�U.S.C.657a). �������__ (ii) Alternate I (Mar 2020) of 52.219-3. __ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15�U.S.C.�657a). �������__ (ii) Alternate I (Mar 2020) of 52.219-4. __ (13) [Reserved] __ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15�U.S.C.644). �������__ (ii) Alternate I (Mar 2020). __ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Mar 2020) (15�U.S.C.�644). �������__ (ii) Alternate I (Mar 2020) 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 (Mar�2020) (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 (Mar 2020) of 52.219-9. ������ __ (v) Alternate IV (Aug 2018) of 52.219-9 __ (18) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15�U.S.C.�644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Mar 2020) (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 (Mar 2020) (15�U.S.C.�657f). __ (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) (15�U.S.C.�632(a)(2)). ����������(ii) Alternate I (MAR 2020) of 52.219-28. __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Mar 2020) (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 (Mar�2020) (15�U.S.C.�637(m)). ���� (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)). �����(26) 52.219-33, Nonmanufacturer Rule (Mar 2020) (15 U.S.C. 637(a)(17)). _x_ (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). __ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan�2020) (E.O.13126). _x_ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _x_ (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). �������__ (ii) Alternate I (Feb 1999) of 52.222-26. _x_ (31) (i) 52.222-35, Equal Opportunity for Veterans (Oct�2015) (38�U.S.C.�4212). �������__ (ii) Alternate I (Jul 2014) of 52.222-35. _x_ (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29�U.S.C.793). �������__ (ii) Alternate I (Jul 2014) of 52.222-36. _x_ (33) 52.222-37, Employment Reports on Veterans (Feb 2016) (38�U.S.C.�4212). __ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _x_ (35) (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.�chapter78 and E.O. 13627). __ (36) 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.) __ (37) (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.) __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). __ (40) (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. __ (41) (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. __ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42�U.S.C.�8259b). __ (43) (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. __ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). __ (46) 52.223-21, Foams (Jun�2016) (E.O. 13693). __ (47) (i) 52.224-3 Privacy Training (Jan�2017) (5 U.S.C. 552 a). �������__ (ii) Alternate I (Jan 2017) of 52.224-3. __ (48) 52.225-1, Buy American-Supplies (May 2014) (41�U.S.C.�chapter�83). __ (49) (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. __ (50) 52.225-5, Trade Agreements (Oct 2019) (19�U.S.C.�2501, et seq., 19�U.S.C.�3301 note). __ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (52) 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). __ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov�2007) (42�U.S.C.�5150). __ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov�2007) (42�U.S.C.�5150). __ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41�U.S.C.4505, 10�U.S.C.2307(f)). __ (56) 52.232-30, Installment Payments for Commercial Items (Jan�2017) (41�U.S.C.4505, 10�U.S.C.2307(f)). _x_ (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct�2018) (31�U.S.C.�3332). __ (58) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332). __ (59) 52.232-36, Payment by Third Party (May 2014) (31�U.S.C.3332). _x_ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5�U.S.C.�552a). __ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15�U.S.C.�637(d)(13)). __ (62) (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. ��� INVOICING REQUIREMENTS�FIXED PRICE CONTRACT All information set forth in FAR Clause 52.212-4, Contract Terms and Conditions � Commercial must be included on the invoice for it to constitute a proper invoice.� An original invoice shall be submitted to the following designated payment office: U.S. Coast Guard YARD P. O. Box 4122 Chesapeake, VA� 23327-4122 Purchase Order No: 70Z04020PPES00700 Electronically at fin-smb-yardteam@uscg.mil Via the Internet at the following URL: https://www.fincen.uscg.mil/secure/web_invoices_cgyard.htm Via fax to 757-523-6904 All invoices must be marked with the applicable Contract Number and Delivery Order Number.� In addition, invoices must be submitted to the correct payment office to ensure prompt payment.� Failure to submit directly to this office will delay prompt payment of your invoice. In addition, one (1) information copy of your invoice shall be submitted to the following office at the time the original invoice is submitted: Electronically to: sherri.s.ore@uscg.mil RESPONSIBLE OFFICIAL(S) WHO CAN RECEIVE NOTIFICATION OF AN IMPROPER INVOICE AND ANSWER QUESTIONS REGARDING THE INVOICE. � For use in the event your firm receives a contract as a result of this solicitation, designate below the responsible official(s) who can receive notification of an improper invoice and answer questions regarding the invoice. � � NAME:��������������� ____________________________________ TITLE:���������������� ____________________________________ ADDRESS:�������� ____________________________________ ���������������������������� ____________________________________ PHONE:������������� ____________________________________ EMAIL:�������������� ____________________________________ CONTRACTOR PERFORMANCE EVALUATION � GENERAL: The U.S. Coast Guard Surface Forces Logistic Center (SFLC) will monitor and evaluate the successful offerors past performance of this contract and prepare a Contractor Performance Assessment Report (CPAR) in accordance with FAR Part 42.1502. All information contained in this assessment may be used, within the limitations of FAR 42.1502, by the government for future source selections and in accordance with FAR 15.304, when past performance is an evaluation factor for award. � (b) NOTIFICATION: Upon completion of the contract, the contractor will be notified of the assessment. The contractor will be allowed 60 days to respond to the SFLC�s assessment of its performance entered into CPARS. The contractor�s response, if any, will be made part of the CPAR system. (c) INFORMATION: Information included in the CPAR may include, but is not limited to, the contractor�s record of conforming to contract requirements and to standards of good workmanship; the contractor�s record of forecasting and controlling costs; the contractor�s adherence to contract schedules, including the administrative aspects of performance; the contractor�s history of reasonable and cooperative behavior and commitment to customer satisfaction; the contractor�s record of integrity and business ethics, and generally, the contractor�s business-like concern for the interest of the customer. (d) RELEASE OF DATA: CPARS information is considered business sensitive and will not be released except: (1) to other Federal procurement activities which request it; (2) when SFLC must release pursuant to a Freedom of Information Act (FOIA) request; or (3) when prior written consent is requested and obtained from the contractor � � FAR PROVISIONS/ CLAUSES � FAR 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered 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, Offeror 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 Offeror 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 Offeror 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 Offeror has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services�, the Offeror shall provide the following information as part of the offer� ���������� (1) A description of all covered telecommunications equipment and services offered (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). (End of provision) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) � This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.� Upon request, the Contracting Officer will make their full text available.� Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Number��������������������������������������������� Title��������������������������������������������������������������� � Date 52.227-14������������������� RIGHTS IN DATA-GENERAL������������������������������������������� MAY 2014 52.204-7��������������������� SYSTEM FOR AWARD MANAGEMENT������������������������ OCT 2018 FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (Apr 2014) (a) This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908. (b) The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal Acquisition Regbadf4a10382555743
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e7a20c4d4d8741fea453fd23ec149eb6/view)
 
Place of Performance
Address: Annapolis, MD 21403, USA
Zip Code: 21403
Country: USA
 
Record
SN05663895-F 20200522/200520230153 (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.