SOLICITATION NOTICE
36 -- Hydraulic Systems and Equipment Laboratory Upgrade
- Notice Date
- 9/7/2022 11:27:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- 70Z02322QTRAY0001
- Response Due
- 9/9/2022 2:00:00 PM
- Archive Date
- 12/31/2022
- Point of Contact
- Steven D Powell, Contract Specialist, Catherine Prestipino, Contracting Officer
- E-Mail Address
-
Steven.D.Powell@uscg.mil, Catherine.Prestipino@uscg.mil
(Steven.D.Powell@uscg.mil, Catherine.Prestipino@uscg.mil)
- Description
- RFQ # 70Z02322QTRAY0001 AMENDMENT A0001 � This RFQ Amendment replaces RFQ # 70Z02322QTRAY0001 in its entirety. All vendors submitting quotes shall acknowledge Amendment A0001 in their quotations, to include Hydraulic Trainer SOW, Attachment II Pricing and Attachment IV Questions. Combined Synopsis and Solicitation Notice Information I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� This acquisition is being conducted as unrestricted for commercial items or services prepared in accordance with FAR Part 12.� FAR Part 13.5, Simplified Procedures Certain Commercial Items, will be followed for this requirement. II. Solicitation number is 70Z02322QTRAY0001 and is being issued as a Request for Quote (RFQ).� III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular {2022-06, effective 5/26/22}. �See http://farsite.hill.af.mil/vffara.htm for this information. IV. The associated NAICS code is 333318 and this procurement: �is not being set-aside for small businesses. ����������� V. The United Stated Coast Guard (USCG), Training Center Yorktown (TRACEN), has a requirement for a Hydraulic Systems and Equipment Laboratory Upgrade as described in Attachment 1, Statement of Work (SOW). The Coast Guard anticipates an award of a sole source firm fixed price contract (FFP) to Fluid Power Training Institute, 2170 S 3140 W STE B Salt Lake City, Utah 84119, for the procurement of a Hydraulic Systems and Equipment Laboratory Upgrade. The vendor is the only known source who can provide the equipment that has all the capabilities needed to meet SOW specific requirements. VI. The Government intends to award a single Firm-Fixed-Priced (FFP) VII. Period of Performance will not exceed 05 months after award. Place of Delivery will be: Coast Guard Training Center Yorktown, 1 U. S. Coast Guard Training Center, Yorktown, VA 23690. Attn: Elbert Hall RM 107 Hydraulic Lab VIII. The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (DEVIATION ��2018-O0018)(Oct 2018) applies to this acquisition. General Instructions and Quote Submission Offerors must respond to all requirements of the solicitation and not alter or rearrange the solicitation.� Offerors are advised the Government may incorporate any portions of the Offeror�s quote into the resulting contract. In presenting material in the quote, Offerors are advised that quality of information is more important than quantity. Clarity, brevity, and logical organization shall be emphasized during quote preparation. Statements that the Offeror makes without supporting information are considered inadequate by the Government and may result in assessing weaknesses or deficiencies. Offerors must include any data that illustrates the adequacy of the various assumptions, approaches, and solutions to problems. Failure to address a specific factor clearly may be considered a deficiency.� Unnecessarily elaborate brochures or other presentation materials beyond that sufficient to present a complete and effective quote is neither necessary nor desired. The Government advises Offerors that taking exception to or deviating from any term or condition of the RFQ may result in the assessment of a deficiency to the quote. The Government will post all amendments to this solicitation at https://www.sam.gov.� Offerors shall include in any quote an acknowledgment of all amendments to the solicitation. The term �principal subcontractor� is defined as a subcontractor who provides at least 20% of the quoted total price or cost (excluding the Offeror�s profit or fee) for the contract or which provides one or more Key Personnel.� Offerors shall identify any principal subcontractors presented as part of a quote. Submit Quotes via e-mail to the following:� E-Mail to� Steven.D.Powell@uscg.mil & Catherine.Prestipino@uscg.mil (if e-mail attachments are under 10MB) Note:� Attachments to e-mails must be less than 10MB and USCG policy does not allow receipt of WinZip files via e-mail. Offerors shall clearly mark all email and attachments with a reference to this solicitation number. Questions Offerors may submit questions or request clarification of the solicitation requirements by emailing the Contract Specialist at Steven.D.Powell@uscg.mil.� All questions must be received no later than September 02, 2022 at 11:00 am EST. Quote Submission Overview Offerors shall submit responses no later than September 09, 2022 at 5:00 pm EST. The Government will proceed with evaluations and conduct any exchanges (if necessary) based on the written quotes.� The Government intends to evaluate quotes and award without communications or exchanges with Offerors.� The Offerors should therefore quote their best approach to meeting the requirements of the SOW and solicitation.� However, the Government reserves the right to enter into communications or exchanges with Offerors if it is deemed to be in the best interests of the Government.� Quote Format Written quotes must be formatted using Times New Roman 12 pt, singled spaced with 1-inch margins on all four sides, and formatted for standard 8.5� x 11� paper.� All pages shall include a �� header containing: the RFQ number; the Offeror�s name; and Volume Title.� All pages shall be numbered in the lower right hand corner in a manner that identifies the volume and page number.� Do not use foldout pages. Quote Content An Offeror shall submit a signed and dated quote on company letterhead/stationery that contains, at a minimum, the following sections and information: Cover /Letter shall include the following at a minimum: Request for Quote (RFQ) number Name, Address, Telephone Number, and Unique Entity Identifier (UEI) of the Offeror. Unique Entity ID is a 12-character alphanumeric ID assigned to an entity by SAM.gov. Name, Title, Phone Number, and E-mail Address of an Authorized Official of the Offeror If applicable, subcontractor name(s) and UEI number(s) Business size classification, e.g., large/small business, 8(a) business, etc.� A statement specifying the extent of agreement with all terms, conditions, and provisions included in this Solicitation. g. Acknowledgment of Solicitation Amendments h. A completed copy of the representations and certifications at FAR 52.212-3 ALT 1 (see FAR 52.212-3(b)(OCT 2018) for those representations and certifications that the Offeror shall complete electronically); i. A statement specifying the extent of agreement with all terms, conditions and provision included in the solicitations.� j. Technical information, as detailed below Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Price Offerors shall use the price schedule in Attachment 2, Pricing to indicate the firm fixed price for this requirement in their quote.� Offerors are required to quote on all contract line items.� IX. FAR 52.212-2, Evaluation-Commercial Items (Oct 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The lowest price technically acceptable (LPTA) evaluation process is appropriate for this acquisition as best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price.� The following evaluation factors are set forth for this solicitation: Price The Government will evaluate price reasonableness based on adequate competition and/or a price analysis.� Offerors are required to provide prices for all items/CLINs.� Unit prices left blank or annotated with something other than a dollar figure will be considered unacceptable and the quote may be rejected without any further consideration.� Basis for Award The Government intends to evaluate initial quotes received in the order of lowest proposed price first.� If the first quote is not determined acceptable, the Government will then evaluate the second lowest quoted price.� This process will continue until the Government accepts the lowest priced technically acceptable offeror.� The Government will award a firm fixed price contract without requesting additional information and/or revised quotes.� Therefore, the offeror�s initial quote should contain the best terms from a price and technical standpoint. The Government will not engage in determining a �competitive range�, nor conduct �discussions�, or �debriefings�. However, the Government reserves the right to obtain additional information, to resolve minor errors or clerical errors, and/or request quote revisions prior to award. The Government also reserves the right to reject any or all quotes, withdraw, modify, or eliminate various aspects of the requirement determined to be too costly or impractical, or accept other than the lowest quote. X. Offerors shall include a completed copy of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. XI. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. XII. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2021), applies to this acquisition.� (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ���������� (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ���������� (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). ���������� (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). ���������� (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). ���������� (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). ���������� (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)). ����� (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ���� [Contracting Officer check as appropriate.] ����������� _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (June 2020), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ����������� __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41 U.S.C. 3509)). ����������� __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ����������� _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 (Mar 2020) (15 U.S.C. 657a). ����������������� __ (ii) Alternate I (Mar 2020) of 52.219-3. ��������� __ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ����������������� __ (ii) Alternate I (Mar 2020) of 52.219-4. ����������� __ (13) [Reserved] ��������� __ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). ����������������� __ (ii) Alternate I (Mar 2020) of 52.219-6. ��������� __ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). ����������������� __ (ii) Alternate I (Mar 2020) of 52.219-7. ����������� _X_ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). ��������� __ (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). ��������� _X_ (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). ����������� __ (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). ��������� _X_ (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). ����������������� __ (ii) Alternate I (Feb 1999) of 52.222-26. ��������� _X_ (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). ����������������� __ (ii) Alternate I (Jul 2014) of 52.222-35. ��������� __ (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). ����������������� __ (ii) Alternate I (Jul 2014) of 52.222-36. ����������� _X_ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). ����������� _X_ (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). ����������� _X_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (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 (Feb 2021) . ����������� __ (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. 55305 and 10 U.S.C. 2631). ����������������� __ (ii) Alternate I (Apr 2003) of 52.247-64. ����������������� __ (iii) Alternate II (Feb 2006) of 52.247-64. ����� (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ���� [Contracting Officer check as appropriate.] ����������� __ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67). ����������� __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ����������� __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ����������� __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67). ����������� __ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). ����������� __ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). ����������� __ (7) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 2020). ����������� __ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). ����������� __ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). ����� (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. ���������� (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. ���������� (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. ���������� (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. ����� (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- ��������������� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41 U.S.C. 3509). ��������������� (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ��������������� (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). ��������������� (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). ��������������� (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. ��������������� (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ��������������� (vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). ��������������� (viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). ��������������� (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). ��������������� (x) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). ��������������� (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. ��������������� (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). ��������������� (xiii) (A) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O 13627). �������������������� (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ��������������� (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41 U.S.C. chapter 67). ��������������� (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). ��������������� (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). ����������� ����(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 2020). ��������������� (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). ��������������� (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). �������������������� (B) Alternate I (Jan 2017) of 52.224-3. ��������������� (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ��������������� (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. �������������� �(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. ���������� (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) XIII. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. XIV. The following additional FAR and HSAR provisions and clauses are applicable to this acquisition: Provisions/Clauses Incorporated by Reference: 52.204-7, System for Award Management������������������������������������������������ ����������� (OCT 2018) 52.204-9, Personal Identity Verification of Contractor Personnel��������������������� (JAN 2011) 52.204-13, System for Award Management Maintenance����������������������� ����������� (OCT 2blower protections for Contractor employees established at 10�U.S.C.�2409 by section 827 of the NDAA for FY 2013 (Pub.�L.�112-239) and FAR 3.908. �(b) The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 10�U.S.C.�2409,�as described in section 3.908 of the�FAR. �(c)�The Contractor�shall insert the substance of this clause, including this paragraph (c), in all�subcontracts over the simplified acquisition threshold. (End of clause) 52.204-21, Approval of Contract (DEC 1989) This contract is subject to the written approval of�[identify title of designated agency official here]�and shall not be binding until so approved. (End of clause) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. (DEVIATION 20-05) (a) Definitions. As used in this clause� ""Covered article"" means any hardware, software, or service that� (1) Is developed or provided by a covered entity; (2) Includes any hardware, software, or service developed or provided in whole or in part by a covered entity; or (3) Contains components using any hardware or software developed in whole or in part by a covered entity. ""Covered entity"" means� (1) Kaspersky Lab; (2) Any successor entity to Kaspersky Lab; (3) Any entity that controls, is controlled by, or is under common control with Kaspersky Lab; or (4) Any entity of which Kaspersky Lab has a majority ownership. (b) Prohibition. Section 1634 of Division A of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91) prohibits Government use of any covered article. The Contractor is prohibited from� (1) Providing any covered article that the Government will use on or after October 1, 2018; and (2) Using any covered article on or after October 1, 2018, in the development of data or deliverables first produced in the performance of the contract. (c) Reporting requir...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c5452c0266cf43d7bf342e0be8a0c5a4/view)
- Place of Performance
- Address: Yorktown, VA 23690, USA
- Zip Code: 23690
- Country: USA
- Zip Code: 23690
- Record
- SN06455722-F 20220909/220907230135 (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 |