SOLICITATION NOTICE
70 -- NETWORK VIDEO SERVER
- Notice Date
- 9/24/2020 11:10:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA252120QB125
- Response Due
- 9/29/2020 12:00:00 PM
- Archive Date
- 10/14/2020
- Point of Contact
- Veronica Batista, Linda Penuel
- E-Mail Address
-
veronica.batista_velez@spaceforce.mil, linda.penuel@spaceforce.mil
(veronica.batista_velez@spaceforce.mil, linda.penuel@spaceforce.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the� format in Subpart 12.6, as supplemented with additional information included in this notice. This� announcement constitutes the only solicitation; proposals are being requested and a written� solicitation will not be issued. The solicitation number FA252120QB125 shall be used to reference any written quote provided under� this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through� Federal Acquisition Circular 2020-07 This is total small business set-aside. The North American Industry Classification System (NAICS) code for this project is 334111 with a� size standard of 1,250 employees. Brief Description: �The 45 Security Forces Squadron (45SFS) has a requirement for the purchase and� installation of a new network video recorder at Cape Canaveral Air Force Station (CCAFS), building� 49750 room 1003. This purchase includes complete installation and transfer of applicable Ocularis� software, licensing of existing cameras. All items shall connect to the existing 45 SFS camera� system with 100% functionality. The existing CCAFS server operates in conjunction with the Patrick� Air Force Base (PAFB) server (Primary) over a dedicated network using the Oculars software to view,� record camera. Existing CCAFS cameras are set programmed/setup in the Ocularis Recorder Manager on� the server. CCAFS server also integrates with the FLIR Cameleon server to share FLIR specific� camera feeds in Ocularis. Other devices would include switches, UPS for communications and battery� backup. 1. �The bid schedule and contract CLIN schedule as follows: Item No.� � � �Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Qty� � � � � �Unit� � � � � �Unit Price� � � � � �Extended Price 0001� � � � � � � �Network Video Recorder (Seneca Assurance 300 or equal)� � � � � � � � � �1� � � � � � � � EA � � � � � � � � � � � � �w/Intel Xeon Processor � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Total Amount: $ Attachment(s): Statement of Work; June 11, 2020; 5 pages; Ship to address: 49775 Phillips Parkwat Bldg # 49750, CCAFS, FL 32925 Shipping Method F.O.B. Destination shall be quoted for supplies to be delivered within the United States unless� there are valid reasons to the contrary. Shipping cost should be included in the total quoted� price. NOTE TO OFFERORS: �In accordance with FAR 8.402(f), an ordering activity Contracting Officer may� combine open market items with General Services Administration (GSA) items; therefore, if any item� is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. � Include your GSA contract number for items, as well as expiration date of the contract. 2. �FAR Provision(s) in by full text: FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Jun 2020) applies to this� acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�,� �vendor�, and �quote�. (a) North American Industry Classification System (NAICS) code and small business size standard. � The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the� solicitation. However, the small business size standard for a concern which submits an offer in its� own name, but which proposes to furnish an item which it did not itself manufacture, is 500� employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this� solicitation at or before the exact time specified in this solicitation. Offers may be submitted on� the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum,� offers must show� (1) The solicitation number; FA252120QB125 (2) The time specified in the solicitation for receipt of offers; RFQ due date: 29 September 2020 RFQ due time: �3:00 P.M. EST Email to Veronica Batista, veronica.batista_velez@spaceforce.mil and Linda Penuel,� linda.penuel@spaceforce.mil Note: �.zip files are not an acceptable format for the Air Force Network and will not go through� our email system. All questions regarding this solicitation must be submitted by 12:00 P.M. EST 28 September 2020 Estimated Delivery Time: � � � � � � � � � � � �� FOB (Select): � � � � � Destination � � � � � � � � � � � � � � � Origin Shipping Cost included? � � � � � Yes � � � � � � � � � � � � �No (3) The name, address, and telephone number of the offeror; Company Information: DUNS Number: Cage Code: *Number of Employees *Total Yearly Revenue Note: �* Information required determining size of business for the NAICS referenced above (4) A technical description of the items being offered in sufficient detail to evaluate compliance� with the requirements in the solicitation. This may include product literature, or other documents,� if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) �Remit to� address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b)� for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and� relevant contracts for the same or similar items and other references (including contract numbers,� points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of� agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail� to furnish required representations or information, or reject the terms and conditions of the� solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30� calendar days from the date specified for receipt of offers, unless another time period is� specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or� prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation,� these samples shall be submitted at no expense to the Government, and returned at the sender�s� request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms� and conditions, including alternative line items (provided that the alternative line items are� consistent with subpart �4.10 of the Federal Acquisition Regulation), or alternative commercial� items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated� separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or� withdrawals, so as to reach the Government office designated in the solicitation by the time� specified in the solicitation. If no time is specified in the solicitation, the time for receipt is� 4:30 p.m., local time, for the designated Government office on the date that offers or revisions� are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government� office designated in the solicitation after the exact time specified for receipt of offers is� �late� �and will not be considered unless it is received before award is made, the Contracting� Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it� was received at the initial point of entry to the Government infrastructure not later than 5:00� p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation� designated for receipt of offers and was under the Government�s control prior to the time set for� receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more� favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes� the time/date stamp of that installation on the offer wrapper, other documentary evidence of� receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers� cannot be received at the Government office designated for receipt of offers by the exact time� specified in the solicitation, and urgent Government requirements preclude amendment of the� solicitation or other notice of an extension of the closing date, the time specified for receipt of� offers will be deemed to be extended to the same time of day specified in the solicitation on the� first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for� receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the� solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any� time before the exact time set for receipt of offers, subject to the conditions specified in the� solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its� authorized representative if, before the exact time set for receipt of offers, the identity of the� person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate� offers and award a contract without discussions with offerors. Therefore, the offeror�s initial� offer should contain the offeror�s best terms from a price and technical standpoint. However, the� Government reserves the right to conduct discussions if later determined by the Contracting Officer� to be necessary. The Government may reject any or all offers if such action is in the public� interest; accept other than the lowest offer; and waive informalities and minor irregularities in� offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the� offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule,� offers may not be submitted for quantities less than those specified. The Government reserves the� right to make an award on any item for a quantity less than the quantity offered, at the unit� prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR� Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in� this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L�Enfant Plaza, SW� Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans� Affairs issued this solicitation, a single copy of specifications, standards, and commercial item� descriptions cited in this solicitation may be obtained free of charge by submitting a request to� the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following� ASSIST websites: (i) ASSIST ( https://assist.dla.mil/online/start/). (ii) Quick Search ( http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock� Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094,� Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for� their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and� offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be� registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with� its name and address on the cover page of its offer, the annotation �Unique Entity �Identifier�� followed by the unique entity identifier that identifies the Offeror's name and address. The� Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT� indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the� discretion of the Offeror to establish additional SAM records for identifying alternative EFT� accounts (see FAR subpart �32.11) for the same entity. If the Offeror does not have a unique entity� identifier, it should contact the entity designated at www.sam.gov for unique entity identifier� establishment directly to obtain one. The Offeror should indicate that it is an offeror for a� Government contract when contacting the entity designated at www.sam.gov for establishing the� unique entity identifier. All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be� considered for award. �The Government will not provide contract financing for this acquisition. � Invoice instruction shall be provided at time of award. (k) [Reserved] (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall� disclose the following information, if applicable: (1) The agency�s evaluation of the significant weak or deficient factors in the debriefed offeror�s� offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed� offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source� selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the� successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether� source-selection procedures set forth in the solicitation, applicable regulations, and other� applicable authorities were followed by the agency. (End of provision) 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as� follows: EVALUATION-COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible� offeror whose offer conforming to the solicitation will be most advantageous to the Government,� price and other factors considered. The following factors shall be used to evaluate offers: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in� accordance with FAR 13.106. �Offeror�s submissions will be evaluated based upon the following: (1) Technical: quote must be rated as technically acceptable to be eligible for award. �In order to� be deemed technically acceptable, the following evaluation criteria must be met: �quote must be� rated as technically acceptable to be eligible for award. In order to be deemed technically� acceptable, the characteristics listed in the CLIN must be met. Technical Acceptable/Unacceptable Rating Method Adjectival Rating � � � � � � �Description Acceptable � � � � � � � � � � � � �Quote meets the requirements of the solicitation Unacceptable �� � � � � � � � � � � Quote does not meet the requirements of the solicitation (2) Price: Award will be made to the lowest priced technically acceptable offeror. The item in this solicitation is identified as �brand name or equal,� the purchase description� reflects the characteristics and level of quality that will satisfy the Government�s needs. The� salient physical, functional, or performance characteristics that �equal� products must meet are� specified in the solicitation. �To be considered for award, offers of �equal� products, including� �equal� products of the brand name manufacturer, must meet the salient physical, functional, or� performance characteristic specified in this solicitation, clearly identify the item by brand name� and make or model number. �Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate �equal� products on the basis of information furnished by the� offeror or identified in the offer and reasonably available to the Contracting Officer. The� Contracting Officer is not responsible for locating or obtaining any information not identified in� the offer. �Unless the offeror clearly indicates in its offer that the product being offered is an� �equal� product, the offeror shall provide the brand name product referenced in the solicitation. (b) Options. The Government will evaluate offers for award purposes by adding the total price for� all options to the total price for the basic requirement. The Government may determine that an� offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options� shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the� successful offeror within the time for acceptance specified in the offer, shall result in a binding� contract without further action by either party. Before the offer�s specified expiration time, the� Government may accept an offer (or part of an offer), whether or not there are negotiations after� its receipt, unless a written notice of withdrawal is received before award. (End of provision) 3. �FAR Provision(s) in by reference: 52.204-7 System for Award Management (Oct 18) 52.204-13 System for Award Management Maintenance (Oct 18) 52.204-16 Commercial and Government� Entity Code Reporting (Jul 16) FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 18),� with its Alternate I (Oct 14) 4. �FAR Clauses(s) in by full text: 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 (JUNE 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.) � � �(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). � � �(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) (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). _x_ (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (MAY 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 (Mar2020) (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) (15U.S.C. 637(a)(17)). _X_ (27) 52.222-3, Convict Labor (JUN 2003) (E.O.11755). _X_ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN2020) (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. � � �(31) (i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (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 (JUN 2020) (29 U.S.C. 793). � � �(ii) Alternate I (JUL 2014) of 52.222-36. � � �(33) 52.222-37, Employment Reports on Veterans (JUN 2020) (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). 13627). � � �(ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. � � �(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 (Jun2014) of 52.223-14. � � �(42) 52.223-15, Energy Efficiency in Energy-Consuming Products (MAY 2020) (42 U.S.C. 8259b). _X_ (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. _x_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)� (E.O. 13513). � � �(45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). � � �(46) 52.223-21, Foams (Jun2016) (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). _x_ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014) (41 U.S.C.chapter83,� 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). _x_ (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. 2302Note). � � �(53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (42 U.S.C. 5150). � � �(54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42� U.S.C. 5150). � � �(55) 52.229-12, Tax on Certain Foreign Procurements (JUN 2020). � � �(56) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C.� 4505, 10 U.S.C. 2307(f)). � � �(57) 52.232-30, Installment Payments for Commercial Items (Jan2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _x_ (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) (31� U.S.C. 3332). � � �(59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management� (Jul 2013) (31 U.S.C. 3332). � � �(60) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). _x_ (61) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). � � �(62) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(13)). � � �(63) (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. (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) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter67). � � �(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and41 U.S.C. chapter 67). � � �(3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment� (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). � � �(4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment� (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67). � � �(5) 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). � � �(6) 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). � � �(7) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). � � �(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). � � �(9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). (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, as defined in FAR 2.101, on the date of award of this contract,� 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 after final� 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 co...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/17c14a8cf0ed4aeaab9125f7c4db91e5/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN05810576-F 20200926/200924230217 (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 |