SOLICITATION NOTICE
N -- Shasta Shelter Disassembly
- Notice Date
- 9/7/2022 10:07:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- W7NW USPFO ACTIVITY ORANG 173 KLAMATH FALLS OR 97603-2108 USA
- ZIP Code
- 97603-2108
- Solicitation Number
- W50S8Z-22-Q-0020
- Response Due
- 9/14/2022 1:00:00 PM
- Archive Date
- 09/29/2022
- Point of Contact
- Jason Rice, Phone: 5418856496, Fax: 5418856600, Joel Sire, Phone: 971-355-4217
- E-Mail Address
-
jason.rice.27@us.af.mil, joel.a.sire.civ@army.mil
(jason.rice.27@us.af.mil, joel.a.sire.civ@army.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation: W50S8Z-22-Q-0020 is being issued as a Request for quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07. This procurement is a Service Disable Veteran Owned Small Business (SDVOSB) set-aside IAW FAR 19.1405. The NAICS code is 238990 and the small business size standard is $16,500,000.00 dollars. Instructions to Quoters Questions: All questions shall be in writing. Questions shall be submitted to TSgt Jason Rice at jason.rice.27@us.af.mil.� Questions must be submitted No Later Than 9 September 2022. Site visit will be conducted at 0900 AM PT on Thursday 8 September 2022. All contractors wanting to participate must coordinate base access through Capt Riblett by no later than Tuesday 6 September 2022. � 3. Quote Submission: Quotes should be submitted by email (preferred method) to the Contracting Office at jason.rice.27@us.af.mil no later than �Wednesday 14 September 2022 at 1:00 PM PT. Quotes shall be clearly marked RFQ W50S8Z-22-Q-0020. Quotes shall not exceed 10 pages in length and be no less than 10 point font. Quoters are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. It is the responsibility of the quoter to view the website for any changes or amendments to this RFQ. Award may be made without discussions. a. Past performance/experience information is included as an evaluation factor. Quoters shall submit past performance/experience information sheet (Attachment 1) listing contracts similar in size and scope. Past performance information shall include contract numbers, points of contact with telephone numbers and email. The past performance/experience information sheets must be received with your quote by the solicitation closing date/time. b. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error with email address does not change the due date or time. Basis for Award In lieu of the provision at 52.212-2 Evaluation -- Commercial Products and Commercial Services, the follow evaluation procedures will be used: Award shall be made to a single quoter. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered using a subjective comparative analysis in accordance with FAR 13.1. The following factors shall be used to evaluate quotes: Price Past Performance Past Experience Past performance and Past Experience will be evaluated based on previous government information from the Supplier Performance Risk System and the past performance/experience information sheets.� A government risk score of Red (lowest 5%) or Yellow (Next 10%) will be considered unacceptable.� If no past performance information or corporate experience exists, quoter will be given a neutral rating which is considered acceptable. See submission requirements above for procedures. The following commercial service is requested in this solicitation: CLIN 0001 � 1 Job � Disassembly and repackaging of Shasta Shelter Total Price: $������������������������ Period of Performance: 90 days upon contract award. Location is as follows: 173d Fighter Wing Attn: Capt Jeremy Riblett 211 Wagner Street Klamath Falls, OR 97603 Full text Provisions and Clauses may be accessed at https://www.acquisition.gov. The following provisions and clauses apply to this acquisition: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 System for Award Management Maintenance FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-14 Limitations on Subcontracting FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership of Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-22 Alternative Line Item Proposal FAR 52.204-23 Prohibition on Contracting for Hardware, Software and Services Developed or Provided by Kaspersky Lab and other Covered Entities FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-6Protecting the Government�s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-3 ALT I Offeror Representations and Certifications�Commercial Products and Commercial Services. 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services. FAR 52.212-5 Deviation 2018-O0021, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6 DEV Notice of Total Small Business Set-Aside (DEV 2020-O0008) FAR 52.219-14 DEV Limitations on Sub-Contracting (DEV 2020-O0008) FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-22 Previous Contracts and compliance Reports FAR 52.222-26, Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Labor Standards FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-55 Minimum Wages under Executive Order 13658 FAR 52.222-62 Paid Sick Leave under Executive Order 13706 FAR 52.223-5 Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.246-4 Inspection of Services DFARS 252.201-7000 Contracting Officer�s Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD officials DFARS 252.204-7000 Disclosure of Information DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation DFARS 252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or services-Representation DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7031 Secondary Arab Boycott of Israel DFARS 252.225-7048 Export Controlled Items DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (DEVIATION 2021-O0006) DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime DFARS� 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites � Representation (DEVIATION 2021-O0003) DFARS 252.243-7001 Pricing of contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items 52.204-24�Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. As prescribed in 4.2105(a), insert the following provision: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 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 Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it ""does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services"" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. ����� (a) Definitions. As used in this provision� ����� Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� ��������������� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ��������������� (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ���������� (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� ��������������� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or �������� �������(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ����� (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) ( https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". ����� (d) Representation. The Offeror represents that� ���������� (1) It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds ""will"" in paragraph (d)(1) of this section; and ���������� (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� ��������� It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds ""does"" in paragraph (d)(2) of this section. ����� (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded ""will"" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: ��������������� (i) For covered equipment� �������������������� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); �������������������� (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and �������������������� (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ��������������� (ii) For covered services� �������������������� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or �������������������� (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ���������� (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded ""does"" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: ��������������� (i) For covered equipment� �������������������� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); �������������������� (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and �������������������� (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ��������������� (ii) For covered services� �������������������� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or �������������������� (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.204-26�Covered Telecommunications Equipment or Services-Representation. As prescribed in�4.2105(c), insert the following provision: Covered Telecommunications Equipment or Services-Representation (Oct�2020) ������(a)�Definitions.�As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������(b)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (�https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". ������(c)� (1)�Representation.�The Offeror represents that it�?�does,�?�does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. �����������(2)�After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it�?�does,�?�does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) 52.212-1�Instructions to Offerors�Commercial Products and Commercial Services. As prescribed in�12.301(b)(1), insert the following provision: Instructions to�Offerors�Commercial Products�and�Commercial Services�(Nov 2021) ������(a)�North American Industry Classification System (NAICS) code and small business size standard.�The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition� �����������(1)Is set aside for small business and has a value above the simplified acquisition threshold; �����������(2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or �����������(3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. ������(b)�Submission of�quotes. Submit signed and dated�quotes to the office specified in this solicitation at or before the exact time specified in this solicitation.�Quotes may be submitted on the�SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum,�quotes must show� �����������(1)�The solicitation number; �����������(2)�The time specified in the solicitation for receipt of�quotes; �����������(3)�The name, address, and telephone number of the quoter; �����������(4)�A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; �����������(5)�Terms of any express warranty; �����������(6)�Price and any discount terms; �����������(7)�""Remit to"" address, if different than mailing address; �����������(8)�A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR)�52.212-3�(see FAR�52.212-3(b) for those representations and certifications that the quoter shall complete electronically); �����������(9)�Acknowledgment of Solicitation Amendments; �����������(10)�Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and �����������(11)�If the quote is not submitted on the�SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.�Quotes�that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ������(c)�Period for acceptance of�quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of�quotes, unless another time period is specified in an addendum to the solicitation. ������(d)�Reserved ������(e)�Multiple offers. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart� 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. ������(f)�Late submissions, modifications, revisions, and withdrawals of�quotes. (1)�quoters are responsible for submitting�quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that�quotes or revisions are due. �����������(2)� (i)�Any quote, modification, revision, or withdrawal of an quote received at the Government office designated in the solicitation after the exact time specified for receipt of�quotes is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and- ���������������������(A)�If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of�quotes; or ���������������������(B)�There is acceptable evidence to establish that it was received at the Government installation designated for receipt of�quotes and was under the Government�s control prior to the time set for receipt of�quotes; or ���������������������(C)�If this solicitation is a request for proposals, it was the only proposal received. ����������������(ii)�However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. �����������(3)�Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. �����������(4)�If an emergency or unanticipated event interrupts normal Government processes so that�quotes cannot be received at the Government office designated for receipt of�quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of�quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. �����������(5)�Quotes may be withdrawn by written notice received at any time before the exact time set for receipt of�quotes. Oral�quotes in response to oral�solicitations�may be withdrawn orally. If the solicitation authorizes facsimile�quotes,�quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of�quotes, subject to the conditions specified in the solicitation concerning facsimile�quotes. An quote may be withdrawn in person by an quoter or its authorized representative if, before the exact time set for receipt of�quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. ������(g)�Contract award (not applicable to Invitation for Bids). The Government intends to evaluate�quotes and award a contract without discussions with�quoters. Therefore, the quoter�s initial quote should contain the quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all�quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in�quotes received. ������(h)�Reserved. ������(i)�Availability of requirements documents cited in the solicitation. �����������(1)� (i)�The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L�Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. ����������������(ii)�If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. �����������(2)�Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ����������������(i)�ASSIST (�https://assist.dla.mil/online/start/). ����������������(ii)�Quick Search (�http://quicksearch.dla.mil/). ���������������� �����������(3)�Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- ����������������(i)�Using the ASSIST Shopping Wizard (�https://assist.dla.mil/wizard/index.cfm); ����������������(ii)�Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or ����������������(iii)�Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. �����������(4)�Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. ������(j)�Unique entity identifier.(Applies to all�quotes that exceed the micro-purchase threshold, and�quotes at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its quote, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the quoter�s name and address. The quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR�subpart� 32.11) for the same entity. If the quoter does not have a unique entity identifier, it should contact the entity designated at�www.sam.gov�for unique entity identifier establishment directly to obtain one. The quoter should indicate that it is an quoter for a Government contract when contacting the entity designated at�www.sam.gov�for establishing the unique entity identifier. ������(k)�[Reserved] ������(l)�Debriefing. If a post-award debriefing is given to requesting�quoters, the Government shall disclose the following information, if applicable: �����������(1)�The agency�s evaluation of the significant weak or deficient factors in the debriefed quoter�s quote. �����������(2)�The overall evaluated cost or price and technical rating of the successful and the debriefed quoter and past performance information on the debriefed quoter. �����������(3)�The overall ranking of all�quoters, when any ranking was developed by the agency during source selection. �����������(4)�A summary of the rationale for award; �����������(5)�For�acquisitions�of�commercial products, the make and model of the product to be delivered by the successful quoter. �����������(6)�Reasonable responses to relevant questions posed by the debriefed quoter as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.222-42�Statement of Equivalent Rates for Federal Hires. As prescribed in�22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires�(May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (�29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of�5 U.S.C.5341�or�5 332. 23470 � Laborer ��� $14.72 This Statement is for Information Only: It is not a Wage Determination (End of clause) 52.252-1�Solicitation Provisions Incorporated by Reference. As prescribed in�52.107(a), insert the following provision: 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 a...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cf94ca9b90b4414dbb4b5c86b3ab0a7f/view)
- Place of Performance
- Address: Klamath Falls, OR 97603, USA
- Zip Code: 97603
- Country: USA
- Zip Code: 97603
- Record
- SN06455222-F 20220909/220907230131 (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 |