Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2021 SAM #7154
SOLICITATION NOTICE

H -- FA441821Q0012 Runway Friction Testing

Notice Date
7/1/2021 7:46:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441821Q0012
 
Response Due
7/29/2021 9:00:00 PM
 
Archive Date
08/14/2021
 
Point of Contact
Terry G. Harrelson, Phone: 8439635180, A1C Thomas D. Hembree, Phone: 8439635857
 
E-Mail Address
terry.harrelson-02@charleston.af.mil, Thomas.Hembree@us.af.mil
(terry.harrelson-02@charleston.af.mil, Thomas.Hembree@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS i.�� �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. Quotations are requested and a written solicitation will not be issued. ii.�� �The synopsis/solicitation reference number is FA441821Q0012 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. iii.�� �This solicitation document and incorporated provisions and clauses are those in effect through FAC 2021-05 Effective March 10, 2021. iv.�� �This acquisition is 100% small business set-aside under NAICS code 488119 with a size standard of $35M. v.�� �Contractor shall submit a quote IAW with attached RFQ Attachment No. 1, Price List. Please use the RFQ for specific items and quantities, as well as the requirement specifications described in the Performance Work Statement Attachment No. 2. vi.�� �The Contractor shall provide Runway Friction Testing in accordance with Attachment No. 2, (PWS). The location of contract performance is at Joint Base Charleston � Air Base, South Carolina and the North Auxiliary Field (NAF), located approximately 92 miles North-West of Joint Base Charleston � Air Base. vii.�� �Tests must be completed in accordance with the time frames stated in the Attachment No. 2, (PWS) The period of performance is one (1) base year of 12 months plus four (4) options of 12 months each.� Base period: 1 Oct 2021 � 30 Sep 2022 1st Option: 1 Oct 2022 � 30 Sep 2023 2nd Option: 1 Oct 2023 � 30 Sep 2024 3rd Option: 1 Oct 2024 � 30 Sep 2025 4th Option: 1 Oct 2025 � 30 Sep 2026 viii.�� �The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition as specified below.� a.�� �Vendors shall submit pricing utilizing the price worksheet provided as attachment No. 1 with their quote.� b.�� �Vendors shall submit their certifications (in accordance with TSPWG 8-2), demonstrating the qualification required to perform the requirement. ix.�� �52.212-2 FAR 8.405-2 Evaluation - Instructions for Preparation and Submission of Quotes: �(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 in the following relative order of importance: a) PRICE b) TECHNICAL CAPABILITY (b) Options. The Government will evaluate offers for award purposes by adding the total price for the base period of performance to establish the total evaluated price. �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. All RFQ submissions by offerors should be made valid through 30 Sep 2021. Basis for Contract Award: This is a competitive selection in which competing offerors technical capability will be evaluated on a basis significantly more important than price. The evaluation process shall proceed as follows: 1)�� �Price Evaluation � The Government will evaluate all offeror�s submitted price quotes. �The Government will arrange all quotes from lowest to highest price. �The Government will evaluate all offerors for reasonableness. a.�� �Attachment No. 1 � RFQ document � The extended amount for each CLIN X001 Line Item must equal the unit price multiplied by the number of units. It is imperative the mathematical calculations are correct. Numeric rounding shall be limited to whole dollar amounts. The Government will follow FAR 13.106-3 and/or FAR 15.404 to determine price reasonableness. b.�� �Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic period. The Government may determine an offer is unacceptable if their option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).� 2)�� �Technical Evaluation � Beginning with the lowest reasonably priced offeror, the the Government will evaluate technical proposals on a Pass/Fail basis. �Offerors with a valid and current certification will be evaluated as passing the technical evaluation. �Offerors not submitting a valid or current certification will be evaluated as failing the technical evaluation.� 3)�� �If the lowest priced offeror is avaluated as passing the technical evaluation, that offeror represents the best value to the Government and the evaluation will end and that offeror will be selected to receive the award. �If the lowest priced offeror is evaluated as failing the technical evaluation, the Government will perform a technical evaluation of the next lowest priced offeror and continue until the lowest priced offeror is evaluated as passing the technical evaluation or all offerors are evaluated. 4)�� �To maximize the government�s ability to obtain best value, based on the requirements and evaluation factors set forth in the solicitation, the Government reserves the right to conduct interchanges and/or discussions with one, some, all, or none of the responding vendors. Interchanges and/or discussions may be conducted either orally or in writing. The scope and extent of interchanges/discussions are a matter of the Contracting Officer�s judgement. Offerors may be restricted to a short turn-around (less than 24 hours) in responding to the Contracting Officer. 5)�� �If interchanges and/or discussions are conducted, final proposal revisions will be required in determining the award of the contract resulting from this solicitation. However, the government reserves the right to award a contract without discussions or opportunity for proposal revisions, in which case, final proposal revision will not be required. x.�� �All offerors shall include in their response to this announcement a copy of FAR 52.212-3, Offeror Representation and Certifications-Commercial Item, or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov xi.�� �The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. xii.�� �The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 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 in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note). (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). (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Nov 2020) (15 U.S.C. 632(a)(2)). (26) 52.219-33, Nonmanufacturer Rule (Mar 2020) (15U.S.C. 637(a)(17)). (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126). (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). (33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). (35) (i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627). (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). (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332). (1)�� �52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67). (7) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 2020). (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). xiii.�� �The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of clauses and provisions may be accessed electronically at https://www.acquisition.gov/ FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) �� � �� �FAR 52.204-7, System for Award Management (Oct 2018) �� �FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) �� �FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) �� �FAR 52.204-22, Alternative Line Item Proposal (Jan 2017) (a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror�s practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror. (b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart �4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable. (End of provision) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it ""does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument"" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it ""does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services"" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. � � � (a) Definitions. As used in this provision� � � � Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. � � � (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. Nothing in the prohibition shall be construed to� � � � � � � � � (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or � � � � � � � � (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. � � � � � �(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. 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. Nothing in the prohibition shall be construed to� � � � � � � � � (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or � � � � � � � � (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. � � � (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". � � � (d) Representation. The Offeror represents that� � � � � � �(1) It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ""will"" in paragraph (d)(1) of this section; and � � � � � �(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� � � � � � It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds ""does"" in paragraph (d)(2) of this section. � � � (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded ""will"" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: � � � � � � � � (i) For covered equipment� � � � � � � � � � � �(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); � � � � � � � � � � �(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and � � � � � � � � � � �(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. � � � � � � � � (ii) For covered services� � � � � � � � � � � �(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or � � � � � � � � � � �(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. � � � � � �(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded ""does"" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: � � � � � � � � (i) For covered equipment� � � � � � � � � � � �(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); � � � � � � � � � � �(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and � � � � � � � � � � �(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. � � � � � � � � (ii) For covered services� � � � � � � � � � � �(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or � � � � � � � � � � �(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) � (a) Definitions. As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. � � � (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". � � � (c) (1) Representation. The Offeror represents that it ? does, ? does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. � � � � � �(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it ? does, ? does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that� � � � � � �(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or � � � � � �(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. � � � (b) The Offeror represents that� � � � � � �(1) It is ? is not ? a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and � � � � � �(2) It is ? is not ? a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (a) Applicability. This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured in- � � � � � �(1) Canada, and the anticipated value of the acquisition is $25,000 or more; � � � � � �(2) Israel, and the anticipated value of the acquisition is $50,000 or more; � � � � � �(3) Mexico, and the anticipated value of the acquisition is $83,099 or more; or � � � � � �(4) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $182,000 or more. � � � (b) Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials. � � � (c) Violations. The Government may impose remedies set forth in paragraph (d) for the following violations: � � � � � �(1) The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products. � � � � � �(2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury. � � � � � �(3) The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes. � � � � � �(4) The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.) � � � (d) Remedies. (1) The Contracting Officer may terminate the contract. � � � � � �(2) The suspending official may suspend the Contractor in accordance with procedures in FAR subpart �9.4. � � � � � �(3) The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR subpart �9.4. (End of clause) FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016) (a) This representation shall be completed if the Offeror received $7.5 million or more in Federal contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year. � � � (b) Representation. [Offeror is to check applicable blocks in paragraphs (1) and (2).] � � � � � �(1) The Offeror (itself or through its immediate owner or highest-level owner) ? does, ? does not publicly disclose greenhouse gas emissions, i.e., make available on a publicly accessible website the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard. � � � � � �(2) The Offeror (itself or through its immediate owner or highest-level owner) ? does, ? does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly available website a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage. � � � � � �(3) A publicly accessible website includes the Offeror�s own website or a recognized, third-party greenhouse gas emissions reporting program. � � � (c) If the Offeror checked ""does"" in paragraphs (b)(1) or (b)(2) of this provision, respectively, the Offeror shall provide the publicly accessible website(s) where greenhouse gas emissions and/or reduction goals are reported:________________. (End of provision) FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The following additional clauses are applicable to this procurement (not all inclusive): FAR 52.211-17, Delivery of Excess Quantities FAR 52.204-7, System for Award Management FAR 52.204-7 Alt 1, System for Award Management � Alternate 1 FAR 52.204�23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside� FAR 52.219-28, Post Award Small Business Representation FAR 52.225-13, Restrictions on Certain Foreign Purchases� FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) FAR 52.233-3, Protest After Award. FAR 52.253-1, Computer Generated Forms DFARS 252.204-7004, Alternate A. System for Award Management DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports � (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.246-7000, Material Inspection and Receiving Report � AFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.� Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the �Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e1e5ba75feaa44a6935f24f452aba0ee/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN06048994-F 20210703/210701230115 (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.