SOLICITATION NOTICE
67 -- High Speed Camera
- Notice Date
- 7/28/2020 4:52:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NB642000-20-02703
- Response Due
- 8/21/2020 7:00:00 AM
- Archive Date
- 09/05/2020
- Point of Contact
- Stephanie Kelly
- E-Mail Address
-
stephanie.kelly@nist.gov
(stephanie.kelly@nist.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES FOR CERTAIN COMMERCIAL ITEMS UNDER THE AUTHORITY OF FAR 13.5 This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, dated July 2, 2020. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist (stephanie.kelly@nist.gov). Questions should be received no later than five calendar days (August 3, 2020 at 10:00am) after the issuance date of this solicitation. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, on the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 333316 with a small business size standard of 1000 employees. This is a set-aside for small business. All offerors shall provide a firm-fixed-price quotation in the following pricing table format: Contract Line Item Number (CLINs) TOTAL CLIN 0001 - STATEMENT OF WORK BACKGROUND INFORMATION Two black and white high-speed digital cameras are needed for the construction of a new hybrid drop tower mechanical test instrument. Two cameras are critical to this new instrument in order to provide high-speed 3-dimensional digital image correlation videos of a mechanical impact event between a drop mass and the test specimen. Each camera system must be compact and portable at it will be mounted on a sample testing platform with a weight limit. It must be capable of being transported and operated by one person both with and without a computer. It shall be of sturdy one-piece construction with the camera head incorporated into the processor. REQUIREMENTS: Each camera system shall include the following: System Components: Camera body Must have physical dimensions no larger than 5� (127 mm) H x 5� (127 mm) W x 10� (254 mm) D (excluding protrusions). Must not exceed 8 lb. (3.6 kg) in weight Must include threaded mountings to enable both tripod and bolt mounting on at least two sides of the camera housing without additional mounting hardware. Must have the ability to directly output images via HD-SDI BNC connector at all times while the system is recording and immediately after recording is completed. Gigabit Ethernet (1000BASE-T) ports for optional computer control and download. FAST Drive SSD connection provided as STANDARD. Camera sensor�s light sensitive area must be at minimum (includes necessary accessories): 20.48 mm by 20.48 mm with a 28.96 mm diagonal. Black and white CMOS detector 1,024 pixels by 1,024 pixels spatial resolution. 20-micron square pixels. C-mount and G-Type F-mount lens mounting shall both be provided at no extra cost. Accessory to be included: 1 microscope lens, which can resolve spatial features as small as 1.77 microns, with attachments to camera (C to T mount, 2X magnification lens attachment). Accessory to be included: 2 macro-zoom lenses, with 105mm of reach and a fast f/2.8 maximum aperture, that can be attached to camera. Included Software: Software must be capable of camera control, image replay, �feature programming,� and downloading via HD SDI output. It must facilitate direct conversion and downloading (without requiring an additional conversion stage) from the camera in recognized industry standard image formats (see 1.3.7 below) directly to a computer. This software shall have the following minimum capabilities: Full camera control capability, including simultaneous control and continuously live image display of multiple cameras during recording. Shall enable full camera control through nine sectors that are overlaid in the computer�s image display to facilitate easier camera operation. Full playback control, including: multiple camera/image synchronization, image sequence loop, define/redefine T0. color adjustment, contrast and brightness adjustment, image zoom, Image pan. It must be possible to select a section, or block, of the recorded image sequence for download or replay. Software must include Focus Assist and Image Overlay tools for easy setup of test to test comparison. Area of interest save, where the user outlines an area within the recorded sequence which is then appropriately cropped and saved to disk. Images can be saved, uncompressed, or with user selectable compression types (software shall survey host PC and use available Codecs) and compression ratios/degrees, where applicable, in the following image formats: AVI. MOV (required Apple Quicktime be installed) MP4 (H2.64) JPEG. TIFF. BMP. PNG. RAWW (12-bit Bayer format). MRAW (single 12-bit Bayer movie file) Software shall be capable of automatically downloading and saving a variable length image sequence to a user selected networked destination upon receipt of a suitable trigger signal. Once the image download is completed, the software will rearm the camera and await the next trigger. It shall be possible to simultaneously download a recording form one partition while recording (writing) to another. Software shall provide the user the choice to save camera parameters and comments with the saved image sequences. User shall be able to load and display suitably configured logo graphics on computer screen and print outs. Software must provide ability to download directly via FAST Drive Interface to an external hard drive for ultra-fast downloads from camera memory to non-volatile storage media. Software shall include compatible wrappers for both MATLAB from MathWorks and National Instruments� LabVIEW programs (supplied separately) An optional module will provide control and compatibility with the National Instruments� USB-6251-BNC USB connected data acquisition (DAQ) units (supplied separately) Camera control software shall include the means to directly transfer recorded high-speed data to a fully integrated (optional) motion analysis program for the automated tracking and plotting of a minimum of five points within the recorded sequence. Salient Operating Characteristics: Recording Rates � Must be capable of recording from 6400 frames per second to 800,000 frames per second, including operation at the following resolutions and speeds: 1,024 pixels by 1,024 pixels (Full resolution) recording at 6,400 frames per second. 1024 pixel by 768 pixels recording at 9,000 frames per second. 512 pixels by 480 pixels recording at 24,000 frames per second. 256 pixels by 256 pixels recording at 64,000 frames per second. 128 pixels by 96 pixels recording at 200,000 frames per second. 128 pixels by 16 pixels recording at 800,000 frames per second. Upgradability � each camera system must allow for (optional) internal components to be upgraded to the following maximum resolutions and speeds: 1024 pixels by 1024 pixels recording at 900,000 frames per second. 1024 pixels by 1024 pixels recording at 1,000,000 frames per second. 1024 pixels by 1024 pixels recording at 1,100,000 frames per second. A built-in shutter must enable easy black level calibration without needing to cover the lens. System must be able to save twenty (20) unique resolution/speed configurations defined by the user and saved in an easily accessed resolution/speed table. Shutter Speed � Must be capable of global electronic shutter operation as fast as to 200 nanoseconds. System SSD storage shall be upgradeable from a standard 8 gigabytes capacity to the required minimum storage capacity of 32 gigabytes. Playback Modes � playback from 1 frame per second to 30 frames per second, forward and reverse, plus single step mode, forward and reverse.� Must be capable of changing play rate and direction without stopping playback. FAST Drive interface must be STANDARD on camera for ultra-fast downloads to non-volatile media. Camera will include built-in programmable delay generators for timing and trigger signals with a minimum temporal resolution of 100 ns. Must be able to phase-lock multiple cameras to assure frame �0� is synchronized on all camera systems. Must include automatic exposure where the shutter is adjusted to prevent pixel over exposure in the event of increased light within a scene. Camera must provide some type of user programmable Dual Slope Shutter whereby individual pixels can be reset when a user defined intensity threshold is reached. This feature will be selectable in degrees from 0% to 95%. Must include different trigger modes, including: Start trigger. End trigger. Center trigger. Manual trigger. Random trigger. Random reset trigger. Trigger signal must be switch closure, open collector or TTL and input via a BNC connector on the processor. Excluding DC power input, video output, external data acquisition, and remote keypad, all inputs and outputs must be available by the BNC connectors (Input 1/2 and Output 1/2) located on the camera�s rear panel. Camera operating voltage shall be between 22 and 32 VDC, 55VA. The camera must be supplied with separate (remote) AC to DC power converter unit. Must be operable with optional external data acquisition unit which enables analog data streams to be recorded and displayed synchronized with recorded image sequences. The camera shall be compatible with National Instruments� USB type Digital Acquisition (DAQ) modules using an optional software plug-in. Event markers must be easily inserted via a single coaxial cable. These event markers can be either positive or negative going. Camera must be capable of operating reliably at temperatures from 32 F (0 C) to 104 F (40 C) without the aid of any external cooling devices. SCOPE OF WORK Two ultra-high-speed cameras, along with lens attachments and lighting accessories shall be delivered to the loading dock at the National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, MD 20899. Additionally, the contractor will provide a technician to install the system once delivery has occurred. OPTION UNIT DELIVERY DATE Deliver cameras within 30 days after award; installation complete within 45 days after delivery. DELIVERABLES Description Quantity Due Date Camera systems with the requirements stated in Section I. Installation of camera systems and perform testing. 2 1 Within 30 days after award Within 15 days after delivery to location FAR 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS INSTRUCTIONS: System for Award Management (SAM) Registration In accordance with FAR 52.204-7, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. DUE DATE FOR QUOTATIONS Offerors shall submit their electronic quotations, via email, so that NIST receives them not later than 10:00am Eastern Time on August 21, 2020. �E-mail quotations shall be submitted directly to the Contract Officer at stephanie.kelly@nist.gov. Format and Content. Volume I shall include the following: The solicitation number (NB642000-20-02703); The name, address, e-mail addresses and telephone numbers of the Quoter; Names, titles, and telephone numbers of persons authorized to negotiate on the Quoter's behalf with the Government in connection with this solicitation; Name, title, and signature of person authorized to sign the quotation. Quotations signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office; Any other business or administrative information that the Quoter wishes to include in its quotation. The DUNS Number for the quoters active registration at the System for Award Management, (www.SAM.Gov) website. Quoters must have an active registration at www.SAM.gov to be considered for award. If the quoters representations and certifications do not reflect the NAICS code governing this solicitation, quoters must submit documentation of their business size under the NAICS code governing this solicitation. Acceptance Period - The acceptance period by the Quoter shall not be less than 90 days Evaluation Factors: Award will be made to the offeror whose quotation offers technically acceptable, lowest priced quotation. PROVISIONS AND CLAUSES The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. All CAR clauses may be viewed at http://farsite.hill.af.mil/VFCARA.HTM PROVISIONS FAR 52.204-7, System for Award Management (OCT 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.204-17, Ownership or Control of Offeror (JUL 2016) FAR 52.204-18 Commercial And Government Entity Code Reporting (JUL 2016) FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation (NOV 2015) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran (OCT 2015) FAR 52.204-20 Predecessor Of Offeror (JUL 2016) (a) Definitions. As used in this provision-- Commercial and Government Entity (CAGE) code means-- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity; or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term ""successor"" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. (b) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated ""is"" in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code:������ (or mark ""Unknown""). �Predecessor legal name:����� . (Do not use a ""doing business as"" name). (End of provision) FAR 52.209-11 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) In accordance with Sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by the Consolidated and Further Continuing Appropriations Act, 2015 funding may be used to enter into a contract with any corporation that- Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where an awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. The Offeror represents that, as of the date of this offer- It is [�������� ]��� is not [������� ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [�������� ]��� is not [������� ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible��������������� for collecting the tax liability. (End of provision) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2017) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. CLAUSES FAR 52.204-13, System for Award Management Maintenance (OCT 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions�Commercial Items (JAN 2017) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (JAN 2018) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items. Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (Jan 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (Jan 2011) of 52.219-4. __ (13) [Reserved] XX(14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Nov 2016) of 52.219-9. __ (v) Alternate IV (Nov 2016) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages�Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __(22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX (26) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). XX (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). XX (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). __ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). __ (38)(i) 52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (39)(i) 52.223-14, Acquisition of EPEAT�-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. __ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (41)(i) 52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). __ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693). __ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. __ (46) 52.225-1, Buy American�Supplies (May 2014) (41 U.S.C. chapter 83). _XX_ (47)(i) 52.225-3, Buy American�Free Trade Agreements�Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. XX (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. _XX_ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XX (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). XX (55) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (56) 52.232-34, Payment by Electronic Funds Transfer�Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)). __ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] �(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __(2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). �(3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment�Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Requirements (May 2014) (41 U.S.C. chapter 67). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records�Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years afterfinal payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the dispute�s clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the su...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b6ecfa6709ae4fc4b318c90612514864/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN05736632-F 20200730/200728230144 (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 |