Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2021 SAM #7095
SOLICITATION NOTICE

42 -- Satellite Emergency Notification Device (SEND) with satellite data service plan, customer support, SOS message monitoring service, and associated Web services for monitoring

Notice Date
5/3/2021 3:34:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
USDA FS WO AQM IT SUPPORT BRANCH ALBUQUERQUE NM 87109 USA
 
ZIP Code
87109
 
Solicitation Number
12760421Q0013
 
Response Due
5/17/2021 3:00:00 PM
 
Archive Date
06/01/2021
 
Point of Contact
A Kay Steffey, Phone: 2083875714
 
E-Mail Address
arlene.steffey@usda.gov
(arlene.steffey@usda.gov)
 
Description
Satellite Emergency Notification Device (SEND)�Solicitation: 12760421Q0013 This is a Brand name full and open market FFP FAR Part 12 Commercial combined synopsis and solicitation for Satellite Emergency Notification Device (SEND) with satellite data service plan, customer support, SOS message monitoring service, and associated Web services for monitoring utilizing FAR Part 13.5. This is a Full and Open Request for Quote (RFQ). NOTE: The NAICS code for this requirement is 517410 - Satellite Telecommunications. Offerors who don't currently have this code in SAM may propose but will have to have NAICS 517410 added to Beta.SAM.gov prior to agreement award. 1.0 Introduction The United States Department of Agriculture (USDA), Forest Service (FS), Chief Information Office (CIO) intends to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract to acquire Satellite Emergency Notification Device (SEND) and supporting data plans. This Performance Work Statement (PWS) describes the requirements for the devices and scope of services to be delivered under the SEND IDIQ Contract. 2.0 Background The U.S. Forest Service is a federal agency and subcomponent of the United States Department of Agriculture (USDA).The Forest Service is a land management agency that protects and manages 154 national forests and 20 grasslands in 44 states and Puerto Rico, encompassing 193 million acres of land, in addition to numerous wilderness, recreation, scenic and other areas. The agency�s mission is to sustain the health, diversity, and productivity of the nation�s forests and grasslands to meet the needs of present and future generations. The Forest Service spends approximately $500 million annually in IT and communications services, supplies, and equipment to support its mission. The CIO is the Information Technology (IT) support branch of the Forest Service and operates in a virtual environment with management located primarily in Washington, DC and Albuquerque, NM. Improving communications for USDA employees working in remote field locations became a major FS strategic safety initiative in 2012. At that time executive leadership made it an Agency priority to improve the safety and communications to those working outside the reach of normal radio and cellular communications. A multi-disciplinary team led by the Land Mobile Radio (LMR) program ultimately determined that a one-way commercial Satellite Emergency Notification Device (SEND) best meets the USFS requirements for emergency notification and location technology for its employees. In June 2012, a strategic investment was made in the procurement of SENDs with associated data plans. Today, over 3,500 active SENDs are deployed and utilized throughout the agency. The current vendor, SPOT LLC, provides one-way satellite communication devices that allow users to send check-in, custom, help, and SOS messages and associated GPS location information to specified contacts. The device also has a tracking feature where location messages are sent at a specific interval. SPOT�s SENDs exclusively use the Globalstar satellite constellation to send messages. Devices are managed by a subscription service, through an accounts website. 3.� Objectives 3.1� As a result of this Blanket Purchase Agreement, the USFS expects to achieve the following: 3.1.1� Continuously current SEND devices equipped with new technology features 3.1.2� No cost shipping and handling 3.1.3� Cost effective and reliable data plans to include monthly, annual, plans; and basic, advanced, and unlimited levels of service 3.1.4� Professional technical support 3.1.5� Minimum of one-year standard warranty and a device replacement program with a deductible fee for all damaged, lost or stolen SEND devices procured via the IDIQ contract 4.� Scope In support of the USDA Safety Programs, the Contractor shall be capable of providing replacement, current, and future equipment and commercially available SEND services; providing reliable emergency notification communication for USDA personnel. Agencies� field units and regions will have direct procurement access through a decentralized Blanket Purchase Agreement and accounts; using unit funding. Except as specified in Government Furnished Property (GFP) section of this PWS, the Contractor must provide all personnel, equipment, materials, facilities, supervision, management, and transportation necessary to fulfill the requirements of this PWS in accordance with the regulatory, references and information resources provided within this PWS and any subsequent regulatory or policy changes. To meet the scope of work the Contractor shall perform the following essential tasks: The Contractor must:�� (See Attached PWS) 5.� Performance Requirements Summary The Performance Requirements Summary (PRS) table describes the acceptable quality level of performance expected by the Government and the means by which the Government may use to validate acceptable services. (See Attached PWS) �Incentives/Disincentives: Contractor Performance Assessment Report (CPAR) results, and the subsequent exercise of contract options by the government are contingent upon the Contractor�s adherence to the contract, and satisfactory achievement of Management, Schedule, Quality, Reporting, and Service.� �(Performance standards specified See in attached�PWS.) 6.� Deliverables The following table summarizes the deliverables discussed in the PWS. All days are listed as business days. If a conflict exists between the remainder of the PWS and this table, the specific due dates mentioned in the PWS prevail over this table (See in Attached PWS). 7. Government Quality Assurance 7.1 Quality Assurance Surveillance Plan (QASP)��Based upon its Quality Control Plan (QCP), the Contractor shall recommend a Quality Assurance Surveillance Plan (QASP) to USDA. The government will review and edit a final version of the QASP.� The Government will evaluate the Contractor�s performance under this contract in accordance with the latest version of the QASP. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). As the QCP is updated the Contractor shall provide recommendations to changes to the QASP as applicable. Any in-process inspection by the Government shall be conducted in a manner consistent with commercial practice. The Forest Service may conduct quality assurance for its benefit and has the right to refuse acceptance of nonconforming services. Quality issues with services tendered for acceptance or rejected by the Government shall be resolved under FAR 52.212-4(a), �Contract Terms and Conditions-Commercial Items�, and 52.246-4, �Inspection of Services-Fixed Price� for contractor�s failure to perform satisfactory services or failure to correct non-conforming services. 7.2� Certification by the Government of satisfactory services provided is contingent upon the Contractor performing in accordance with the terms and conditions of the references contract, this order, and all modifications.� 7.3� Any in-process inspection by the Government shall be conducted in a manner consistent with commercial practice. The Forest Service may conduct quality assurance for its benefit and has the right to refuse acceptance of nonconforming services. Quality issues with services tendered for acceptance or rejected by the Government shall be resolved under FAR 52.212-4(a), �Contract Terms and Conditions-Commercial Items 7.4� The Contractor should note that Government review periods of draft deliverables may require up to one month each to ensure sufficient consultation with a wide variety of stakeholders. Be sure to consider in performance period time. Government review periods of final deliverables are anticipated to be approximately one to two weeks. 7.5� Government Acceptance Period 7.5.1� Unless otherwise specified, the COR/designee will have ten (10) business days to review draft deliverables and make comments. The Contractor will have five (5) business days to make corrections. Upon receipt of the final deliverables, the COR/designee will have five (5) business days for final review prior to acceptance or providing documented reasons for non-acceptance. Should the Government fail to complete the review within the review period, unless the Government requests an extension, the deliverable will become acceptable by default. 7.5.2� The COR/designee will have the right to reject or require correction of any deficiencies found in the deliverables that are contrary to the information contained in the award instrument. In the event of a rejected deliverable, the Contractor will be notified in writing by the COR/designee of the specific reasons for rejection. The Contractor shall have five (5) business days to correct the rejected deliverable and return it per delivery instructions. 8.� Award Instrument Type -� This is a firm fixed price agreement. 9.� Period of Performance The period of performance follows: Base Period:� Months 1-12 Option One:� Months 13-24 Option Two:� Months 23-36 Option Three:� Months 37-48 Option Four:� Months 49-60 10.� Place of Performance and Holidays -�Services shall be provided at the Contractor�s facilities with virtual or onsite meetings as necessary. 11.� Standard Business Hours 11.1� Standard Forest Service hours are 8:00 AM ET to 8:00 PM ET Monday through Friday. The Contractor�s schedule must be designed for the preponderance of his/her day to fit within the standard Forest Service hours. The Contractor must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS. 11.2� Additionally, Government personnel and potentially facilities may not be available during federal holidays. Federal holidays can be found via OPM�s website at https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/#url=Overview. 12.� Government Provided Information The Government will provide the following information to the Contractor: Information:� Individual Names� Provided VIA:��Contractor provided Website Portal or Electronic Entry/Submission Information:� Purchase Card Transaction Information (i.e. Credit Card Number, Expiration Date, Billing Address and Security Code)� Provided VIA:��Contractor provided Website Portal or Electronic Entry/Submission Information:� Shipping Address� Provided VIA:��Contractor provided Website Portal or Electronic Entry/Submission The Contractor must maintain the information in accordance with the Non-Disclosure Agreement and follow applicable federal and company policies regarding obtaining, storing, and disposal of the information, such as electronic deletion, shredding, burn bags, etc. 13.� Key Personnel (AGAR 452.237-74) At a minimum, the Contractor must propose the following position as Key Personnel: 13.1� Project Manager: The Contractor must designate a Project Manager (PM) as the single point of contact (POC) for award management. The PM must have the authority to make decisions for the Contractor and must be the single Contractor representative responsible for all issues, concerns, or problems for this award instrument. The PM must readily respond to questions, concerns, and comments. The PM must proactively alert the Government to potential contractual issues. 13.2� The Contractor must employ and maintain personnel in the management and key personnel positions who meet the minimum requirements for each of the skill levels to which they are assigned. Contractor personnel must possess the technical, professional, and interpersonal capability of performing the functions described in this PWS in a competent and professional manner. 13.3� During the first ninety (90) days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions. 13.4� The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The award instrument will be modified to reflect any approved changes of key personnel. 14.� Contracting Officer�s Representative (COR) The COR monitors all technical aspects of the award instrument and assists in award administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the award instrument: performs inspections necessary in connection with performance; maintains written and oral communications with the Contractor concerning technical aspects of the award instrument; issues written interpretations of technical requirements to the Contracting Officer, including Government drawings, designs, specifications; monitors Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinates availability of Government Furnished Property, and provides site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting award instrument. 15.� Non-Disclosure Agreement If required: The Contractor must sign one version of a provided Non-disclosure Statement on behalf of the company, only if applicable, and must also ensure that all staff assigned to, including all subcontractors and consultants, or performing on this award instrument execute and adhere to the terms of the non-disclosure statement, protecting the information of the Government. Assignment of staff who have not executed this statement or failure to adhere to this statement shall constitute default on the part of the Contractor. Commitment to Protect Sensitive Information The Contractor must not release, publish, or disclose sensitive information to unauthorized personnel, and shall protect such information in accordance with provisions of the following laws and any other pertinent laws and regulations governing the confidentiality of sensitive information: 18 U.S. C. 641 (Criminal Code: Public Money, Property or Records) The Contractor agrees to maintain the confidentiality of any information regarding project-related data and artifacts. Data includes personally identifiable information (PII), disclosure of which is regulated by the Privacy Act of 1974, PL 93-579, amended. 16.� Data Rights The Government will retain rights to all intellectual property and data produced in the course of this award instrument. PROVISIONS and CONTRACT CLAUSES IBR 52.212-4 Contract Terms and Conditions-Commercial Items. (Oct 2018) 52.212-1 Instructions to Offerors-Commercial Items. (JUN 2020) ����� (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; ���������� (2) The time specified in the solicitation for receipt of offers; ���������� (3) The name, address, and telephone number of the offeror; ���������� (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 quotes, it was the only quote 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. ����� (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. (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: ����� (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. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (JAN 2021) (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 inthis contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] �X� � � � (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). �X������ �(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). X������� �(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 (NOV 2020) (15 U.S.C. 644). ������� �(ii) Alternate I (MA...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9cee10b9b920485999065109dad8c5b4/view)
 
Record
SN05989881-F 20210505/210503230116 (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.