Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

Q -- Acquisition, characterization, and optimization of constrained peptides targeting Glypican-3

Notice Date
8/21/2020 12:21:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00177
 
Response Due
8/27/2020 12:00:00 PM
 
Archive Date
09/11/2020
 
Point of Contact
Megan Kisamore, Phone: 2402765261
 
E-Mail Address
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
 
Description
1.0�� �DESCRIPTION� The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Imaging Program (MIP) requires the acquisition, characterization, and optimization of constrained peptides targeting Glypican-3. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13 � Simplified Acquisition Procedures. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, 75N91020Q00177, is issued as a request for quote (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-08 (08-13-2020), simplified acquisition procedures for commercial items. � The North American Industry Classification System (NAICS) code is 541380 and the business size standard is $16.5 million. � Only one award will be made as a result of this solicitation. �This will be awarded as a firm fixed price purchase order.� 2.0�� �BACKGROUND The mission of the U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Imaging Program (MIP) is to advance cancer therapies using molecular imaging. �The MIP conducts research in designing, developing and testing new novel targeted imaging agents for the detection and characterization of cancer. �These imaging agents include tissue-specific MRI, Positron Emission Tomography (PET), radionuclide, and optical probes. �The MIP is focused on the clinical translation of targeted imaging agents for cancer imaging. � Within the pre-clinical section of the MIP is the Lab of Molecular Radiotherapy, which is focused on engineering tumor-selective molecular probes for human cancers, with particular interest in hepatobiliary malignancies. Liver cancer is the second leading cause of cancer-related deaths, and Hepatocellular carcinoma (HCC) is the most common type. Therefore, imaging agents are urgently required for the early detection of HCC and for the staging and monitoring of therapeutic approaches of the HCC. Glypican-3 (GPC3), an oncofetal proteoglycan anchored to the cell membrane, is normally detected in the fetal liver but not in the healthy adult liver. However, in HCC patients, GPC3 is overexpressed at both the gene and protein levels, and its expression predicts a poor prognosis. The overexpression of GPC3 in HCC, along with the lack of GPC3 in normal tissue, make GPC3 a useful target for molecular imaging and therapeutic intervention in HCC. Historically, full-length antibodies have been used for these purposes, however, because of their size and long biological half-lives, they are suboptimal for use as imaging scaffolds. To that end, the lab is looking to use peptides, which are smaller molecular weight and present more favorable pharmacokinetics. While linear peptides can bind to targets, the 3D structures that peptides can adopt dictate the manner in which they will interact with potential targets. Accordingly, generating peptide-derived libraries with molecules that have constrained peptides in 3D conformations can more reproducibly identify ones that exhibit robust binding to targets. �Phage display libraries of cyclizable peptides using cysteine-cysteine disulfide bridges within the peptide have been developed and allow for screening of numerous unique peptides. A recent advance on this approach, uses constrained peptides cyclized by using chemical scaffold cores that can yield on the order of 109 � 1012 unique constrained peptides with additional conformation states not typically available with conventional cysteine-cysteine cyclization for binding to any targets of interest.� Since neither the lab nor the NIH currently has the capabilities to engineer constrained peptide libraries using molecular cores or screening protocols to identify constrained peptide binders, the lab requires a Contractor with expertise with such library and screening techniques in order to meet the MIP�s requirements. � 3.0�� �SCOPE�� � The Contractor shall provide all personnel, labor, facilities, materials and equipment necessary to perform the required tasks described in section 4 below. Within 14 business days after award, the MIP will supply the Contractor with Glypican-3 (GPC3), a molecule specific for liver cancer. �The Contractor shall perform a discovery and optimization of constrained peptides targeting Glypican-3 (GPC3) using a chemistry that involves multiple cyclization of linear peptides via a reaction with a chemical scaffold core. The peptide folds around the scaffold and loses flexibility while adopting a well-defined three-dimensional structure, with the scaffold entity in the center. �Constrained single loop peptides with the ability to target GPC3 will exhibit high affinity and a fast clearance from blood as well as from non-targeted tissues. �This will result in better and more selective imaging. �MIP shall select the top 15 peptides with the highest binding affinities and those peptides shall be re-synthesized at scale (>=2mg) and validated for their ability to bind to GPC3 with MIP. The Contractor shall send the MIP the top 15 candidate purified single loop constrained peptides (>=2mg, 90% purity) targeting GPC3. The cost of shipping samples to/from the Contractor�s facility shall not be included in the quote. �NCI shall coordinate shipment via the NIH shipping service. In summary, the Contractor shall (1) use in-house constrained peptide library to identify peptides that associate with MIP target of interest, GPC3, (2) make the top specific constrained single loop peptide candidates, (3) confirm specific binding of constrained peptides to GPC3, and �(4) ship constrained single loop peptides to the MIP. � � 4.0�� �PURCHASE ORDER REQUIREMENTS 4.1�� �TASKS The Contractor shall perform the following tasks: 4.1.1�� �Create two different peptide libraries by combining a 10-20mer phage peptide library with either organic chemical scaffold. Phage display selections shall be performed with Glypican-3. Deliverable: Peptide derived library screening against GPC3. 4.1.2�� �The linear peptide candidates shall be synthetized and cyclization of linear peptides with a chemical core molecule. Once the cyclization is finished, the peptides shall be either used as crude peptides (B) or after purification by HPLC (C). For ELISA-validation, the constrained peptides shall be captured on a streptavidin-coated ELISA-plate and then probed with Glypican-3-Fc and an Fe negative control. Crude peptides (B) shall be tested at two concentrations of both proteins to detect candidates that show specific binding. The constrained peptide candidates selected by NIH (C) shall be re-tested as HPLC-purified material and ELISA EC50 values shall be determined via titration for affinity-ranking. Deliverable: Synthesis of lead candidates from phage display as crude peptides and binding validation in ELSA/SPR (maximum of 190 candidates). 4.1.3�� �Ship selected constrained peptides to NIH for functional testing in house and the MIP will select the top 15 candidate peptides with affinity between 0.1 and 10nM. Final constrained peptides shall be single loop with molecular cores and each ?2mg and >90% purity. Deliverable: Synthesis of a maximum of top 15 lead candidates as soluble purified peptides (>=2mg, >90% purity) and ELISA/SPR-like validation (EC50-determination) and proteolytic stability assay of these 15 peptides. 4.1.4�� �Provide biweekly progress updates to the MIP, via email or teleconference, which will allow the MIP to stay up to date and discuss the next steps. If there is an urgent need for the Contractor to contact the MIP, the Contractor shall contact via email or phone. 4.2�� �PERSONNEL QUALIFICATIONS 4.2.1�� �The Contractor must have an in-depth knowledge and hands on process of using a chemistry to generate constrained single loop peptides. �The chemistry involves multiple cyclization of linear peptides via reaction with one or two chemical scaffold cores. 4.2.2�� �The Contractor must be capable of planning and conducting the project to �� �generate a single loop constrained peptide. 4.2.3�� �The Contractor must have a minimum of 5 years� experience with the above-�� �mentioned chemistry. 4.2.4�� �The Contractor must be capable of generating monocyclic loops with one or �� �two cores. 4.2.5�� �The Contractor must be capable of performing chemistry and all required services �� �in house for oversight. 4.3�� �QUALITY CONTROL REQUIREMENTS 4.3.1�� �Final constrained peptide candidates to be re-tested as HPLC-purified material and ELISA EC50 values to be determined via titration for affinity-ranking. Peptides should have affinities in the 0.1-10nM range. 4.3.2�� �Final constrained peptides to be ?2mg and >90% purity. 4.3.3�� �Final constrained peptide product to be single loop with molecular cores. 5.0�� �TYPE OF ORDER This is a firm fixed price purchase order. 6.0�� �NON-SEVERABLE SERVICES� The services specified in each contract line item (CLIN) have been determined to be non-severable services - a specific undertaking or entire job with a defined end product of value to the Government. 7.0�� �PERIOD OF PERFORMANCE The anticipated period of performance shall be 12 months from the date of award.� 8.0�� �PLACE OF PERFORMANCE All services shall be performed at the Contractor�s facility. 9.0�� �REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE All deliverables shall be submitted as an electronic copy in the form of PDF files, Excel workbooks or text files for review and comment by the Government�s technical point of contact (TPOC) (TBD at award) for a review period not to exceed thirty (30) business days. Final copies of approved drafts shall be delivered to the TPOC within ten (10) business days after receipt of the Government�s comments. DELIVERABLE �� �DELIVERABLE DESCRIPTION / FORMAT REQUIREMENTS�� �DUE DATE 1.�� �Task #4.1.1 - Peptide derived library screening against GPC3 via electronic file.� Due within 1 month of GPC3 receipt. 2.�� �Task #4.1.2 -�Synthesis of lead candidates from phage display as crude peptides and binding validation in ELSA/SPR (maximum of 190 candidates). Both the list of the sequences of the candidates that bind, and the data on binding to be provided via electronic file. Due�Within 2 months of GPC3 receipt. 3. �Task # 4.1.3 -�Synthesis of a maximum of top 15 lead candidates as soluble purified peptides (>=2mg, >90% purity) and ELISA/SPR-like validation (EC50-determination) and proteolytic stability assay of these 15 peptides. Top 15 candidates (physical samples) to be shipped to NCI. Due within 4 months of GPC3 receipt. 10.0�� �INSPECTION AND ACCEPTANCE CRITERIA� Pursuant to FAR clause 52.212-4, all work described in the SOW to be delivered under this purchase order is subject to final inspection and acceptance by an authorized representative of the Government. The authorized representative of the Government is the NCI TPOC, who is responsible for inspection and acceptance of all services, materials, or supplies to be provided by the Contractor. Regardless of format, all digital content or communications materials produced as a deliverable under this purchase order, shall conform to applicable Section 508 Standards to allow Federal employees and members of the public with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by Federal employees or by members of the public who are not individuals with disabilities. Remediation of any materials that do not comply with the applicable Section 508 requirements as set forth below, shall be the responsibility of the Contractor.� HHS guidance regarding accessibility of documents can be found at: http://www.hhs.gov/web/section-508/making-files-accessible/index.html;� Federal Government-wide guidance regarding accessibility of documents can be found at: https://www.section508.gov/best-practices, including the documents describing the preferred method of authoring and testing documents produced in Microsoft Word 2013 or later, Microsoft Excel, and files formatted as PDF. 11.0�� �INVOICE SUBMISSION / PAYMENT Payment shall be made upon the delivery, and Government inspection and acceptance of the required deliverables listed in section 9.0 above. Payment authorization requires submission and approval of invoices to the NCI Technical Point of Contact and NIH OFM, in accordance with the payment provisions listed below. The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JAN 2017) FAR 52.232-25.� Highlights of this clause and NIH implementation requirements follow: I�� �INVOICE REQUIREMENTS A.�� �An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. �A proper invoice is an ""Original"" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. �If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. �(See exceptions under II., below.) �Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1.�� �Vendor/Contractor: �Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 2.�� �Remit-to address (Name and complete mailing address to send payment). 3.�� �Remittance name must match exactly with name on original order/contract. �If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4.�� �Invoice date. 5.�� �Unique invoice #s for all invoices per vendor regardless of site.� 6.�� �NBS document number formats must be included for awards created in the NBS: �Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. 7.�� �Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8.�� �Federal Taxpayer Identification Number (TIN). �In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. �The VIN is the number that appears after the contractor�s name on the face page of the award document. 9.�� �Identify that payment is to be made using a three-way match. 10.�� �Description of supplies/services that match the description on the award, by line billed.* 11.�� �Freight or delivery charge must be billed as shown on the award. �If it is included in the item price do not bill it separately. �If identified in the award as a separate line item, it must be billed separately. 12.�� �Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE: �If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. �A modification to the order or contract may be needed before the invoice can be submitted and paid.� B.�� �Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. �If authorized, shipping costs must be itemized. �Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. �� �For inquiries regarding payment call: (301) 496-6088 II�� �ELECTRONIC INVOICE SUBMISSION The current national emergency and the need to protect Federal and Contractor staff has resulted in a change to NIH�s invoice submission process. Effective Wednesday, April 1, 2020, all NIH contractors/vendors invoices should be sent electronically via email to the NIH Office of Financial Management (OFM) and the NIH Contracting Officer (CO) using the electronic submission instructions contained in Attachment #1. Electronic invoice submission shall remain in effect until the Government formally notifies the Contractor of a return to mail-in invoice procedures detailed in this purchase order. III�� ��� �INVOICE PAYMENT A.�� �Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services� � � performed. B.�� �The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. IV.�� �INTEREST PENALTIES A.�� �An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was � � � processed and there was no disagreement over quantity, quality, or contractor� � � compliance with a term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies� � � delivered or services performed, the amount was not subject to further settlement� � � actions between the Government and the Contractor. C.�� �Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV. �� �PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS � � ��� �SUBCONTRACTORS, FAR 52.232-40 (DEC 2013) a)�� �Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.� b)�� �The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. 12.0�� �PURCHASE ORDER CLAUSES FAR 52.024-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) (a) Definitions. As used in this clause� Backhaul means intermediate links between the core network, or backbone network, and the small subnetworks at the edge of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul can be wireless (e.g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet). Covered foreign country means The People�s Republic of China. Covered telecommunications equipment or services means� (1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or (4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Critical technology means� (1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled- (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or (ii) For reasons relating to regional stability or surreptitious listening; (3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); (4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); (5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or (6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). Interconnection arrangements means arrangements governing the physical connection of two or more networks to allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer of telephone provider A to a customer of telephone company B) or sharing data and other information resources. Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third-party audit. Roaming means cellular communications services (e.g., voice, video, data) received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service. (b) Prohibition.� (1) 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. The Contractor is prohibited from providing to the Government 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, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. (2) Section 889(a)(1)(B) 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, 2020, from entering into a contract, or extending or renewing a contract, with an entity that uses 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, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. (c) Exceptions. This clause does not prohibit contractors 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. (d) Reporting requirement.� (1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause (i) Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e) and excluding paragraph (b)(2), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUG 2020) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or� Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), 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 (JUN 2020) (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 (JUN 2020) (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. (JUN 2020) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313). �__ (10) [Reserved]. ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (MAR 2020) (15 U.S.C.657a). � ��� �___ (ii) Alternate I (MAR 2020) of 52.219-3. X (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) of 52.219-6 ___ (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 (JUN 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 (JUN 2020) of 52.219-9. � � � � � � � � � �� �___ (v) Alternate IV (JUN 2020) of 52.219-9 ___ (18) (i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). �� ��� �___ (ii) Alternate I (MAR 2020) of 52.219-13 �___ (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (1...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a4510e874e18431da365219e2f6ccb8a/view)
 
Record
SN05768974-F 20200823/200821230203 (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.