Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2021 SAM #7175
SOLICITATION NOTICE

W -- 10K Telescopic Handler Forklift

Notice Date
7/22/2021 1:01:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
REGION 9: EMERGENCY PREPAREDNESS AN SAN FRANCISCO CA 94107 USA
 
ZIP Code
94107
 
Solicitation Number
70FBR921Q00000039
 
Response Due
7/28/2021 11:00:00 AM
 
Archive Date
08/12/2021
 
Point of Contact
Ashlee Young, Phone: 2028265994, Demetria Carter
 
E-Mail Address
ashlee.young@fema.dhs.gov, demetria.carter@fema.dhs.gov
(ashlee.young@fema.dhs.gov, demetria.carter@fema.dhs.gov)
 
Description
The Federal Emergency Management Agency (FEMA) is considering the issuance of a fixed rate time & materials purchase order for the rental of (1) one 10K Telescopic Handler Forklift in support of disaster relief operations for DR4404-Typhoon Yutu. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. FEMA is issuing a written solicitation in accordance with FAR Subparts 13.106-1, and 15.405. The solicitation number 70FBR921Q00000039 is being issued for a request for quotes (RFQ). The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing. The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for forklift rental services and the following wage determination shall be applicable to the resulting purchase order: Wage Determination No.: 2015-5653 (Rev.-12). This action is being competed using the policies and procedures for procurements under the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USD 5150) and FAR 52.226-3, 52.226-4, 52.226-8 and 6.208 Set-Asides for Local Firms during a Major Disaster or Emergency. This action is a small business set-aside for vendors residing in or primarily doing business in federally declared disaster counties in the Northern Marianas Islands. Local Area Set-aside as set forth in provisions FAR 52.226-3, FAR 52.226-4 and 52.226-5. ____________________________________________________________________________ Description of Requested Items/CLIN Structure Purpose The Federal Emergency Management Agency requires the procurement of one (1) 10,000-pound or 5 Ton Capacity Telescopic Handler Forklift to be located at the FEMA FSA Fire Station #4 or on an as needed basis. The company will be required to supply fuel and consumables upon delivery for this equipment but not an operator. The company will be required to replace equipment with an equivalent in capacity for any maintenance over 24 hours. Have an on-call maintenance personnel with equipment and tools available to support contracted equipment. Repair all equipment within 24 hours. If any equipment is requiring maintenance over 24 hours, a replacement will be necessary of the same capacity to provide continuity of operations, at no additional cost to FEMA. Delivery and pick up of equipment should be inclusive at no extra cost. ____________________________________________________________________________ Quote Submission Instructions Responses to this Request for Quote are due electronically to Ashlee.young@fema.dhs.gov, �Demetria.carter@fema.dhs.gov, and Tiffany.young@fema.dhs.gov no later than 2:00 pm PST, on Wednesday, July 28, 2021. This solicitation requires an active registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. All quote submissions must include the following information on a quote submission cover letter. Tax Identification Number Dun & Bradstreet Number (DUNS) Authorized Representative Contact Name Contact Email Address Contact Telephone and Fax Number Complete business mailing address ____________________________________________________________________________ Evaluation Factors The vendor shall provide a response in accordance with all requirements of the statement of work and this solicitation and evaluations will be performed based on the below and Attachment A. Each evaluation factor as shown below is listed in its order of importance. Factor 1. Past Performance The Government will evaluate each Offeror�s past performance conducting projects of similar size, scope, and complexity, as proven by the successful management of current and previous contracts of a similar magnitude, scope, and complexity. In performing this evaluation, the Government will also consider the Offeror�s reputation for timely, accurate, and cooperative performance, as well as information obtained from other sources. The Government will place greater value on verifiable experience that is similar or the same as the requirements of the SOW. The Government reserves the right to consider any recent past performance information retrieved from Government databases (e.g. Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Rating. System (CPARS) for past performance consideration. Offeror�s must provide the following past performance information: List three projects, completed within the past five years, with either the Federal Government or commercial customers, which demonstrate work similar in type to the work described in this solicitation. Short description of the work performed List of at least three but not more than five clients familiar with performance (include name, telephone number, physical address, and email address) Contract and/or task order annual and total dollar amount, contract and/or task order period of performance, and role performed, including whether the offeror acted as a prime or subcontractor. Factor 2. Experience and Technical Competence in the type of work required The contractor shall provide a response concerning the rental of a 10K Telescopic Handler Forklift in accordance with all requirements of the statement of work. Factor 3. Delivery Schedule The Contractor shall provide earliest availability, date, and time for the rental demolition services at Fire Station No. 4 | 785 Koblerville Rd., Saipan, MP 96950. Factor 4. Price The offeror shall provide a fixed rate schedule for supplies and services to either station a telehandler at FS4 or provide the telehandler on an as needed basis. To determine price reasonableness, the government will review price to ensure that offerors have a clear understanding of the work and skills required for project or contract performance. Price Quotations determined to be unrealistic in terms of technical commitment or unrealistically low in price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risk of the contract requirements and may be grounds for the rejection of the quotation. If a price quotation does not demonstrate price realism, it will be evaluated as unacceptable and the offeror will not be considered for the award. ____________________________________________________________________________________ Additional Provisions and Clauses 52.212-1 Instructions to Offerors � Commercial Items. (June 2020) The acquisition and source selection are being conducted in accordance with the procedures of Federal Acquisition Regulation (FAR) Part 12. 52.212-2 Evaluation -- Commercial Items. (Oct 2014) The Government intends to award single purchase order 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 Past Performance Experience and Technical Competence in the type of work required Delivery Schedule Price All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Further explanations of evaluation factors can be found in Attachment 3. (End of Provision) 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2020) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. 52.212-4 Contract Terms and Conditions � Commercial Items (Oct 2018), applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 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: �����[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). ������������__ (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). ������������X (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31�U.S.C.�6101�note). ������������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. ����������__ (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 (Mar 2020) of 52.219-6. ����������__ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) (15�U.S.C.�644). ������������������__ (ii) Alternate I (Mar 2020) of 52.219-7. ������������X (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)). ����������X (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). ����������__ (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Nov 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)). ������������__ (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). ������������__ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ����������__ (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. ����������__ (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. ������������X (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). ����������__ (35) (i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O. 13627). ������������������__ (ii) Alternate I (Mar 2015) of 52.222-50 (22�U.S.C.�chapter�78 and E.O. 13627). ������������__ (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. ������������X (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (42�U.S.C.�8259b). ����������__ (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. ������������__ (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. ������������X (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). ������������X (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). ������������X (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 (Jan 2017) (41�U.S.C.�4505, 10�U.S.C.�2307(f)). ������������__ (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). ������������__ (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 and 41�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 (Nov 2020). ������������__ (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 contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. ���������� (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. ����� (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- ��������������� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41�U.S.C.�3509). ��������������� (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ��������������� (iii) 52.204-23, 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). ��������������� (iv) 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). ��������������� (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. ��������������� (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ��������������� (vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). ��������������� (viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38�U.S.C.�4212). ��������������� (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). ��������������� (x) 52.222-37, Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). ��������������� (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. ��������������� (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41�U.S.C.�chapter�67). ��������������� (xiii) (A) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O 13627). �������������������� (B) Alternate I (Mar 2015) of 52.222-50 (22�U.S.C.�chapter�78�and�E.O.�13627). ��������������� (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41�U.S.C.�chapter�67). ��������������� (xv) 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). ��������������� (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). ��������������� (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 2020). ��������������� (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). ��������������� (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5�U.S.C.�552a). �������������������� (B) Alternate I (Jan 2017) of 52.224-3. ��������������� (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10�U.S.C.�2302�Note). ��������������� (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42�U.S.C.�1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. ��������������� (xxii) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. ���������� (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 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 Equipmean 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 service...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fca5fe36aa2b4061ac0ef95121ec637f/view)
 
Place of Performance
Address: Saipan, MP 96950, USA
Zip Code: 96950
Country: USA
 
Record
SN06070320-F 20210724/210722230122 (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.