Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2022 SAM #7510
SOLICITATION NOTICE

J -- Fire Truck Repair

Notice Date
6/21/2022 8:27:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
FA4800 633 CONS PKP LANGLEY AFB VA 23665 USA
 
ZIP Code
23665
 
Solicitation Number
FA4800-22-Q-A027
 
Response Due
6/27/2022 12:00:00 PM
 
Archive Date
06/27/2022
 
Point of Contact
Elizabeth P. Adriatico, Phone: 7577645388, Marietta S. Fry, Phone: 7577648098
 
E-Mail Address
elizabeth.adriatico@us.af.mil, marietta.fry@langley.af.mil
(elizabeth.adriatico@us.af.mil, marietta.fry@langley.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Quote: FA4800-22-Q-A027 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate Request for Quotes (RFQ) will not be issued. The solicitation number is FA4800-22-Q-A027 and is issued as a Request for Quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses including those in effect through Federal Acquisition Circular 2022-06 and DFARS change notice 20220428. The North American Industry Classification System (NAICS) code is 811111. This is a requirement for Fire Truck Repair as indicated below. NAICS: 811111 � Automotive Body, Paint, and Interior Repair and Maintenance PSC: J023 - Maint/Repair/Rebuild of Equipment�Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles Fire Truck Repair ������������������������������������� (The quote shall be effective for 30 days after submission of quote) Please respond to this RFQ by filling out this form and emailing response to: A1C Elizabeth P. Adriatico at e-mail: elizabeth.adriatico@us.af.mil and Marietta Fry, marietta.fry@us.af.mil no later than 3:00 PM EST, 27 June, 2022�Monday (or sooner if possible) in order to be considered timely. Please carefully review all special notes, instructions, clauses, and provisions contained herein to ensure compliance. Some provisions listed below require offerors to provide information in order for their response to this solicitation to be considered complete. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified above shall be determined as late and will not be considered unless ALL of the following conditions are met: input is received before award is made; the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and it was the only quote received. Please contact A1C Elizabeth P. Adriatico, (757) 764-5388 and Marietta Fry, (757) 764-8098, with additional questions at the above noted email address or call the above phone numbers. Please provide a quote for the line items listed below. Any questions must be submitted by Thursday, June 23, 2022 3:00 PM EST. ITEM DESCRIPTION QTY Unit Unit Price 0001 R-RAERIALCABLE / R&R aerial cables 1 EA 0002 R-RSHEAVE / R&R cable sheaves 1 EA ������������������������������������������������� ���������������������������������������������� TOTAL COST______________________ PLEASE REVIEW/PROVIDE ALL INFORMATION BELOW: Shipping/Transportation will be FOB: DESTINATION Pricing Quoted: (GSA, Open Market Only, etc.) Open Market������������������������������������������������������������ Payment Terms:� ������������������������������������������������������������� Delivery Date: Company Name: DUNS #:������������������������ ���������������������������������� Required Cage Code Number: POC: ����������������������������������������������������������������������������������� Telephone #: E-Mail Address: ������������������������������������������������������������������������������� Tax ID #: Warranty Information: Do you have the capacity to invoice electronically (invoicing through WAWF)? � SPECIAL NOTES AND INSTRUCTIONS: Basis for Award. 633 CONS/PKA will issue a purchase order to the vendor who is determined to offer the best value to the Government. Failure to acknowledge Amendments may result in your quote not being considered for award. Site Visit: N/A Best Value Determination. The Government will conduct a complete price analysis on the Lowest Priced Technically Acceptable offer, to determine if proposed prices are reasonable and balanced. All proposed prices for all contract periods will be evaluated for reasonableness, which may be determined based on prices submitted by competition, historical pricing, current market conditions, comparison to the Independent Government Estimate, and/or other proposal analysis techniques. The Government may require submission of information other than cost or pricing data to the extent necessary to evaluate price reasonableness. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the criteria contained in the solicitation. If the lowest priced submission does not meet the technical criteria described within the solicitation, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price; that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. Discussions. The government intends to award a purchase order without discussions with respective vendors/quoters. The government, however, reserves the right to conduct discussions if deemed in its best interests. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. Delivery/Assembly: The items must be fully assembled and ready for use upon delivery. The following FAR/DFARS provisions and clauses are applicable to this solicitation: (For full text references, go to www.arnet.gov or http://farsite.hill.af.mil.) CONTRACT TERMS AND CONDITIONS: 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/these address: www.acquisition.gov (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov (End of clause) 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporated by Reference or Representations and Certifications 52.204-22 Alternative Line Item Proposal 52.211-17 52.212-1 Delivery of Excess Quantities Instructions to offerors 52.212-3 Offeror Representations and Certifications � Commercial Items 52.212-4 52.212-5 52.222-1 52.222-3 52.228-5 Contract Terms and Conditions -- Commercial Items Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items Notice to the Government of Labor Disputes Convict Labor Insurance � Work on a Government Installation 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.246-2 Inspection of Supplies 52.246-16 Responsibility for Supplies 52.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 Prohibition of Hexalent Chromium. 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea CLAUSES INCORPORATED BY FULL TEXT 52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Feb 2016) 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-- 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 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. The Offeror represents that� 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 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) 52.212-1 Instructions to Offerors -- Commercial Items (Nov 2021) � Addendum 1. General Instructions A. The purpose of these instructions is to prescribe the format of the Request for Quote (RFQ) and describe the approach for the development and presentation of the RFQ data. This is designed to ensure the essential information required for evaluation is submitted. B. The contracting officer urges the offeror to submit their best pricing and technical information upfront. The contracting officer may request at any time for the offeror to submit information, other than the certified cost or pricing data, to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. To assure the timely and equitable evaluation, the offeror shall follow the instructions contained herein. Offeror is required to meet and address all of the requirements, including terms and conditions, representations and certifications, and technical requirements. Offeror must clearly identify any exception to the terms and conditions and provide complete accompanying rationale. The RFQ when submitted, shall be comprehensive, complete, self-sufficient, and respond directly to the requirements of the RFQ. Elaborate artwork, expensive paper/binding and expensive visual aids are neither necessary nor desired. The RFQ response shall consist of: ������������������������������������������������������������� Price Volume Technical Volume 52.212?2 ?? Evaluation ?? Commercial Items (Nov 2021) - Addendum (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offerors conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate offers: Factor 1: Price Factor 2: Technical Factor 1 � Price: Price will be evaluated using the price analysis process established in FAR 15.404-1 to ensure the Government receives a fair, reasonable and balanced price. If the Government cannot determine the proposed pricing to be fair and reasonable, then �Other Than Certified Cost and Pricing Data� will be obtained from the offeror. The Government will evaluate the offer for award purposes by adding the total price for all Contract Line Item Numbers (CLINS). In addition to the price analysis as described at FAR 15.404-1(b), price proposals will be analyzed to identify any potential unbalanced pricing (See FAR 15.404-1(g)). If the Government sees a wide variation in proposed contract line item prices, the technical evaluation board will be informed as soon as possible during the initial evaluation of proposals so the appropriate personnel may seek clarity through offeror exchanges. Absent any issues related to the stated requirement, unbalanced pricing may pose an unacceptable risk to the Government and may be a reason to reject the offeror�s proposal. Factor 2 � Technical: The technical rating reflects the degree to which the offeror�s proposal meets or does not meet the minimum performance or capability requirements. The focus is on the ability of the offeror proposal to meet the minimum requirements of the Statement of Work (SOW). Technical proposals will be assessed a rating of ""Acceptable"" or ""Unacceptable"". To be eligible for award, the offeror is required to receive an �Acceptable� rating in each technical factor. Transportation if required to complete contract. The Government will deliver and pick up within 25 mile radius of Langley AFB, VA. Responsibility of the awardee for anything outside of the 25 mile radius. Table A-1: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Award will be based on lowest price Technically Acceptable. (End of clause) 52.212-5�Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. (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.) ������������__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31�U.S.C.�6101�note). ������������__ (5) [Reserved]. ������������__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ������������__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ������������__ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31�U.S.C.�6101�note). ������������__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41�U.S.C.�2313). ������������__ (10) [Reserved]. ����������__ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Mar 2020) (15�U.S.C.�657a). ������������������__ (ii) Alternate I (Mar 2020) of 52.219-3. ����������__ (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. ������������__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)). ����������__ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jun 2020) (15�U.S.C.�637(d)(4)). ������������������__ (ii) Alternate I (Nov 2016) of 52.219-9. ������������������__ (iii) Alternate II (Nov 2016) of 52.219-9. ������������������__ (iv) Alternate III (Jun 2020) of 52.219-9. ������������������__ (v) Alternate IV (Jun 2020) of 52.219-9 ����������__ (18) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15�U.S.C.�644(r)). ������������������__ (ii) Alternate I (Mar 2020) of 52.219-13. ������������__ (19) 52.219-14, Limitations on Subcontracting (Mar 2020) (15�U.S.C.�637(a)(14)). ������������__ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15�U.S.C.�637(d)(4)(F)(i)). ������������__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Mar 2020) (15�U.S.C.�657f). ����������__ (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)). ������������_X_ (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). ������������X__ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126). ������������X__ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ����������__ (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. ������������__ (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 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. ������������X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). ������������__ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ������������__ (46) 52.223-21, Foams (Jun2016) (E.O. 13693). ����������__ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). ������������������__ (ii) Alternate I (Jan 2017) of 52.224-3. ������������__ (48) 52.225-1, Buy American-Supplies (Jan2021) (41�U.S.C.�chapter�83). ����������__ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Jan 2021)(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 (Jan 2021) of 52.225-3. ������������������__ (iii) Alternate II (Jan 2021) of 52.225-3. ������������������__ (iv) Alternate III (Jan 2021) 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). ������������__ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ������������__ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10�U.S.C. 2302Note). ������������__ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (42�U.S.C.�5150). ������������__ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42�U.S.C.�5150). ������������__ (55) 52.229-12, Tax on Certain Foreign Procurements (Jun 2020). ������������__ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41�U.S.C.�4505, 10�U.S.C.�2307(f)). ������������__ (57) 52.232-30, Installment Payments for Commercial Items (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.] ������������_X_ (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 sha. 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 Se...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/820967add22043ce8089247fb5ddc9b7/view)
 
Place of Performance
Address: Langley AFB, VA 23665, USA
Zip Code: 23665
Country: USA
 
Record
SN06363501-F 20220623/220621230100 (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.