SOLICITATION NOTICE
16 -- Purchase of HC-144 Aircraft MLG Tires
- Notice Date
- 2/22/2022 6:12:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(000 ELIZABETH CTY NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03822QL0000035
- Response Due
- 3/4/2022 1:00:00 PM
- Archive Date
- 03/19/2022
- Point of Contact
- Terence L. Blucker, Phone: 2523345203, Fax: 2523345427
- E-Mail Address
-
terence.l.blucker@uscg.mil
(terence.l.blucker@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Small Business Set-Aside. This combined/synopsis constitutes the only solicitation. A written solicitation will not be issued. Solicitation number 70Z03822QL0000035 is issued as a Special Notice of Intent to Award to a Small Business capable vendor. Contingent upon availability of funding, using Simplified Acquisition Procedures, the USCG Aviation Logistics Center (ALC) intends to award a purchase order to the capable/responsible vendor that quotes the lowest price technically acceptable. With exception of the Aircraft OEM, a capable vendor must be deemed capable by USCG Aviation Logistics Center Medium Range Surveillance Division�s Engineering Department (ALC MRS) and therefore must be a FAA Certified Service Facility, and/or an OEM approved distributor, be in legal possession of all current OEM Data required to complete the commercial buy, and be able to certify the accessories and parts are for the HC-144 (CN-235). This solicitation will not be extended or the award delayed for a vendor to submit their quote for capability determination or for registration in WWW.BETA.SAM.GOV .� If not and incumbent and/or previously deemed capable by ALC MRS item managers and engineering, vendors who believe they would otherwise qualify based on the aforementioned criteria are encouraged to contact the applicable MRS item manager, Lauren Poirrier at (252) 335-6276 for evaluation and determination toward future awards consideration. The applicable North American Industry Classification Standard Code is 336413. The Coast Guard intends to issue a firm fixed price purchase order for: NSN: 1630-99-794-8655, MLG TIRE, P/N DR10627T, QTY 67 EACH The Coast Guard does not own nor can provide the OEM�s Service Manuals, Service Bulletins, or Proprietary Data. The Aircraft OEM is AIRBUS DEFENSE AND SPACE SAU EADS CASA DE ARAGON 404, MADRID, ESP E-28022, Cage Code 0117B, and their domestic facility is AIRBUS DS MILITARY AIRCRAFT, INC Cage Code is 0DAF1.� The closing date for this intent to award notice is MAR 4, 2021 @ 4:00 PM EST. The anticipated award date is on or about MAR 7, 2022 with an anticipated required delivery date of all items on or before APR 30, 2022.� Point of contact for this intent to award notice is Mr. Terry Blucker @ Terence.L.Blucker@uscg.mil . This Combined Synopsis/Solicitation is posted on WWW.BETA.SAM.GOV in compliance with and in accordance with Federal Acquisition Regulations Part 5.101 (Methods of Disseminating Information). Award will be made upon determination of fair and reasonable pricing and is subject to FAR Part 12 and FAR Part 13. Purchase Order terms and conditions will be in accordance with FAR 52.212-4 Contract Terms and Conditions � Commercial Items and the applicable clauses of FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items. Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) Clauses and Provisions The clauses and provisions contained herein are applicable to any order awarded as a result of this solicitation.� The terms and conditions set forth herein supersede all other terms and conditions. Acceptance of the order in accordance with (IAW) FAR 13.004 constitutes acceptance of all terms and conditions contained herein. FAR 52.252-1���������� Solicitation Provisions Incorporated by Reference������������ ����������� Feb 1998 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://acquisition.gov. 52.204-7������� System for Award Management��� ���� ������ ������������������������������������������������Oct 2018 52.204-16����� Commercial and Government Entity Code Reporting�������������� �������������� Aug 2020 52.204�24��� Representation Regarding Certain Telecommunications and� � Video Surveillance Services or Equipment������������������ �������������������������Oct 2020 FAR 52.212-1, Instructions to Offerors�Commercial Items is incorporated by reference with the following addendum: (b)���� Submission of offers. Questions, comments, and offers/quotes shall be submitted via e-mail only.� (c)���� Period for acceptance of offers.� The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.� Unless stated otherwise, quotes/offers are invited on either the basis of F.o.b. Destination or F.o.b. Origin.� F.o.b. Destination is preferred for all deliverables. All quotes/offers shall be considered F.o.b. Destination unless F.o.b. Origin is specified and estimated shipping costs are included.� Quotes/Offers accepted on the basis of F.o.b. Origin require pre-payment of all shipping costs to the address specified at Block 15 of the SF 1449 (page 1). Shipping costs will be reimbursed as a separate item on the invoice.� Shipping costs which exceed $100 must be accompanied by a freight carrier�s invoice.� Quotes shall be submitted on company letterhead and include the following information:� RFQ Number Company�s name, address and phone number The quote shall include the terms of any standard commercial warranty offered or provide a copy of the warranty. ����������� (End of provision) Full Text Provisions FAR 52.212-2 Evaluation�Commercial Items��������������������������������� ������������������������ 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.� Award will be made on the basis of the lowest evaluated price of quotes/offers meeting or exceeding the technical acceptability non-priced factors listed below. Technical Acceptability: A quote must include the following to be considered technically acceptable: Proof of current FAA certification, or OEM, or Air force approval, to supply the components specified by the Schedule. Parts quoted must be certified �Factory New� FN condition with Certificate of Conformance traceable to the manufacturer of the parts. Note:� In the event the Offeror has no documented history with the USCG components specified by the SOW, the Government may request and the Offeror will be obligated to provide information supporting their capabilities. Price: FFP quotes shall be submitted using the attached schedule, labeled with the RFQ number.� Any discounts for prompt payment should be included in this section.� Replacement parts or processes specifically excluded in the quote will result in rejection of the quote. If the lowest quote/offer meets or exceeds the technical acceptability factors shown above, the Government will evaluate no other quotes.� The Government intends to award one (1) order resulting from this solicitation; however reserves the right to award multiple orders if doing so is in the best interest of the Government. (End of provision) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items ���������� ���Feb 2021 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. FAR 52.233-2���������� Service of Protest����������������������������������������������������������������������������� Sep 2006 (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: USCG ALC MRS Division ATTN: Monique H. Swinson 1664 Weeksville Road Elizabeth City, NC 27909 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.252-2 Clauses Incorporated by Reference������������������������������������������������������ Feb 1998 This contract incorporates one or more clauses by reference, with the same for and effect as if they were given in full text.� Upon request, the Contracting Officer will make their full text available.� Also, the full text of a clause may be accessed electronically at this address:� https://www.acquisition.gov/far/index.html. FAR 52.225-8� ��������Duty Free Entry���������������������������������������������������������������� ������������������ �Feb 2000 FAR 52.204-13������� System for Award Management Maintenance������������������������������������ Oct 2018 FAR 52.204-18 �������Commercial and Government Entity Code Maintenance� ������ �������������Jul 2016 FAR 52.246-15������� Certificate of Conformance ���������������������� ���������������������������������������������Apr 1984 �FAR 52.247-29�� F.o.b. Origin���� ������������������������������������������� ���������������������������������������������Feb 2006����������������������������������� �FAR 52.247-34�� F.o.b. Destination�������������������������������������������������������������������������������� Nov 1991 FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2018) with the following included by addendum: Quality Assurance: This section is applicable to all orders for products that will ultimately touch USCG aircraft.�� The Contractor shall, immediately upon discovery, notify and disclose conditions to the Contracting Officer of any event, supply change, material change, supply malfunction, counterfeit/suspect parts or materiel, defect or non-airworthy condition of any product or component (to include components used in repairs) found to potentially cause a non-conformity to the original specifications of this order. The Government reserves the right to inspect any non-conforming product or component. Therefore, the Contractor shall obtain approval from the Contracting Officer prior to the disposition of any non-conforming product or component.� The Contractor�s quality control manual shall address in detail the Contractor�s risk management, test, inspection, non-conforming product and counterfeit/suspect parts processes. The Contractor shall immediately notify the Contracting Officer of any changes that potentially have an impact on the product.� Changes may include but are not limited to products, processes, materiel, supplier sources, manufacturing facility location and personnel qualifications. Upon notification of the change, the USCG will approve or deny the change. Facility location changes may require the Government to perform a facility inspection. The Contractor shall allow the Government access to all applicable areas of the Contractor�s facilities to ensure compliance with contractual requirements. In the event that the change is not approved by the USCG, the contract, delivery order or task order may be cancelled or terminated in accordance with FAR.� The Contractor shall retain all records in accordance with FAR 4.7 Contractor Records Retention. The Contractor shall be required to permit Government access to applicable records retained at any level of the supply chain.� Unless otherwise specified, the Contractor shall flow down all requirements in this order to their supply chain, to include all subcontractors and suppliers.� Packaging Instructions: The USCG Aviation Logistics Center (ALC) is a supply depot; therefore, material will be stored and transshipped to various users.� The container shall be packed and labeled suitable for shipment via land, air, or sea. Packaging material shall NOT consist of the following:� popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Each part shall be individually packed in a separate envelope, box, carton or crate.� For bulk packages, packaging of material up to 100 each per package is acceptable.� Each individual container shall be labeled on the inside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Purchase Order Line Item Number.� Packing List and Certification/Documentation shall be placed on the outside of individual containers. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage.� Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Shipping Instructions: Items shall be shipped to the following address: ���������������� USCG Aviation Logistics Center ���������������� Receiving Section, Bldg. 63 ���������������� 1664 Weeksville Road ���������������� Elizabeth City, NC� 27909-5001 Purchase Order Number: 70Z03821PXXXXXXXX Inspection and Acceptance: Inspection and acceptance of material under this order shall be performed at destination by local USCG personnel to ensure that items are IAW manufacturer's specifications and will consist of count and condition only. A Certificate of Conformance (COC) IAW FAR 52.246-15 shall be required for all items provided on this order. The COC must include the National Stock Number, Part Number, Serial Number, and Purchase Order Number and must be signed by the Contractor�s authorized representative. Full and clear traceability must be provided with delivery of each part.� If full and clear traceability is not provided, ALC will not accept delivery of the part and invoicing may not be approved for payment. ****TRACEABILITY. Traceability means that the contractor must be able to show a clear documented, auditable paper trail for ownership and transfer of each part from the OEM to the final vendor.� Also, The Forms should be ""attached to or included with the part and a copy placed on the outside of the shipping container"". �Vendor is the OEM. Traceability not required. �Traceability is required. Contractor must provide the following documentation if selected: �Certificate of Airworthiness in accordance with FAA procedures (FAA Form 8130-3/8130-4 or EASA 1 Form). �Certificate of Conformance in accordance with FAR 52.246-15 is required. �PMA documentation required. �������� �Other documentation (fill in blank as necessary): ___________________________ Invoicing Instructions: The contractor�s invoice shall be submitted IAW FAR 52.212-4 to the designated billing office for payment as noted below.� The Contractor is HIGHLY encouraged to submit invoices electronically to ALC-Fiscal@uscg.mil. Chief, Fiscal Branch USCG ALC Fiscal Branch, Bldg. 63 1664 Weeksville Road Elizabeth City, NC 27909 All payments will be made electronically IAW FAR 52.232-33.� The contractor may submit invoice five (5) days after shipment of items.� The invoice will not be approved until all items have been receipted. F.o.b. Destination order prices include all applicable customs, duties, taxes, and shipping charges. F.o.b. Origin orders require prepayment of all shipping costs to the address specified in Block 15 on the SF 1449, page 1. Shipping costs must appear as a separate item on the invoice. A carrier�s invoice must accompany the invoice when shipping costs exceed $100. Federal Acquisition Regulation (FAR) Full Text Clauses FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems��� ������������ ����������� ��� �������������������������������������� ��������������������������������������������������������������������������������������Jun 2016� ����������������������������������������� (a) Definitions. As used in this clause� �Covered contractor information system� means an information system that is owned or operated by a contractor that processes, stores, or transmits Federal contract information. �Federal contract information� means information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service to the Government, but not including information provided by the Government to the public (such as on public websites) or simple transactional information, such as necessary to process payments. �Information� means any communication or representation of knowledge such as facts, data, or opinions, in any medium or form, including textual, numerical, graphic, cartographic, narrative, or audiovisual (Committee on National Security Systems Instruction (CNSSI) 4009). �Information system� means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information (44 U.S.C. 3502).� �Safeguarding� means measures or controls that are prescribed to protect information systems. (b) Safeguarding requirements and procedures. (1) The Contractor shall apply the following basic safeguarding requirements and procedures to protect covered contractor information systems. Requirements and procedures for basic safeguarding of covered contractor information systems shall include, at a minimum, the following security controls: (i) Limit information system access to authorized users, processes acting on behalf of authorized users, or devices (including other information systems). (ii) Limit information system access to the types of transactions and functions that authorized users are permitted to execute. (iii) Verify and control/limit connections to and use of external information systems. (iv) Control information posted or processed on publicly accessible information systems. (v) Identify information system users, processes acting on behalf of users, or devices. (vi) Authenticate (or verify) the identities of those users, processes, or devices, as a prerequisite to allowing access to organizational information systems. (vii) Sanitize or destroy information system media containing Federal Contract Information before disposal or release for reuse. (viii) Limit physical access to organizational information systems, equipment, and the respective operating environments to authorized individuals. (ix) Escort visitors and monitor visitor activity; maintain audit logs of physical access; and control and manage physical access devices. (x) Monitor, control, and protect organizational communications (i.e., information transmitted or received by organizational information systems) at the external boundaries and key internal boundaries of the information systems. (xi) Implement subnetworks for publicly accessible system components that are physically or logically separated from internal networks. (xii) Identify, report, and correct information and information system flaws in a timely manner. (xiii) Provide protection from malicious code at appropriate locations within organizational information systems. (xiv) Update malicious code protection mechanisms when new releases are available. (xv) Perform periodic scans of the information system and real-time scans of files from external sources as files are downloaded, opened, or executed. (2) Other requirements. This clause does not relieve the Contractor of any other specific safeguarding requirements specified by Federal agencies and departments relating to covered contractor information systems generally or other Federal safeguarding requirements for controlled unclassified information (CUI) as established by Executive Order 13556. (c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), in subcontracts under this contract (including subcontracts for the acquisition of commercial items, other than commercially available off-the-shelf items), in which the subcontractor may have Federal contract information residing in or transiting through its information system. (End of clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items JAN 2022 �� (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.] ������������__ (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.) ������������_X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31�U.S.C.�6101�note). ������������__ (5) [Reserved]. ������������__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ������������__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ������������_X_ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31�U.S.C.�6101�note). ������������__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41�U.S.C.�2313). ������������__ (10) [Reserved]. ����������__ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Sep 2021) (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 (SEP 2021) (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. ������������__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)). ����������__ (17) (i) 52.219-9, Small Business Subcontracting Plan (SEP 2021) (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 (SEP 2021) 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. ������������_X_ (19) 52.219-14, Limitations on Subcontracting (SEP 2021) (15�U.S.C.�637(a)(14)). ������������__ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (SEP 2021) (15�U.S.C.�637(d)(4)(F)(i)). ������������__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (SEP 2021) (15�U.S.C.�657f). ����������__ (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2021) (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 (SEP 2021) (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 (SEP 2021) (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, Non-manufacturer Rule (SEP 2021) (15U.S.C. 637(a)(17)). ������������_X_ (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). ������������_X_ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2022) (E.O.13126). ������������_X_ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ����������_X_ (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). ������������������__ (ii) Alternate I (Feb 1999) of 52.222-26. ����������__ (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38�U.S.C.�4212). ������������������__ (ii) Alternate I (Jul 2014) of 52.222-35. ����������_X_ (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). ������������������__ (ii) Alternate I (Jul 2014) of 52.222-36. ������������__ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). ������������__ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ����������_X_ (35) (i) 52.222-50, Combating Trafficking in Persons (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. ������������__ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May of the Department of the Treasury). ������������__ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10�U.S.C. 2302Note). ������������__ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (42�U.S.C.�5150). ������������__ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42�U.S.C.�5150). ������������__ (55) 52.229-12, Tax on Certain Foreign Procurements (Jun 2020). ������������__ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41�U.S.C.�4505, 10�U.S.C.�2307(f)). ������������__ (57) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41�U.S.C.�4505, 10�U.S.C.�2307(f)). ������������_X_ (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31�U.S.C.�3332). ������������__ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31�U.S.C.�3332). ������������__ (60) 52.232-36, Payment by Third Party (May 2014) (31�U.S.C.�3332). ������������__ (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....
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7657e6bc39884c3bb3c43587397ec0dc/view)
- Record
- SN06248336-F 20220224/220222230107 (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 |