SOLICITATION NOTICE
V -- Recovery and Transport of Equipment
- Notice Date
- 3/7/2023 4:34:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488410
— Motor Vehicle Towing
- Contracting Office
- 0413 AQ HQ CONTRACT FORT WAINWRIGHT AK 99703-0510 USA
- ZIP Code
- 99703-0510
- Solicitation Number
- W912D023Q0010
- Response Due
- 3/16/2023 2:00:00 PM
- Archive Date
- 03/31/2023
- Point of Contact
- Richard Smith, Phone: 9073532460, Jefferey Morgan, Phone: 9073531519
- E-Mail Address
-
richard.f.smith3.civ@army.mil, jeffrey.a.morgan69.civ@army.mil
(richard.f.smith3.civ@army.mil, jeffrey.a.morgan69.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION Recovery and Transport of Equipment This is a combined synopsis/solicitation for commercial items prepared in accordance with the� format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional� information included in this notice. This announcement constitutes the only solicitation; proposals� are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W912D023Q0010 and is issue as a Request for Proposal� (RFP) to establish a Firm Fixed Price (FFP) service contract for the Recovery and Transport of� Equipment along the Alaska Highway 3 then extends to Alaska Highway 2 and terminates at Eielson Air� Force Base Exit . The combined synopsis/solicitation document and incorporated provisions and clauses are those in� effect through Federal Acquisition Circular (FAC) 2021-04, effective 19 January 2021. The DFARS� provisions and clauses are those in effect 15 January 2021. This requirement is solicited on a 100% Small Business basis. The associated North American Industrial Classification System (NAICS) code for this procurement is� 488410 � Motor Vehicle Towing. The NAICS Code was identified through a review of the U.S. Census� Bureau�s website where Motor Vehicle Towing was listed as a corresponding index category. The small� business size standard is $8 million. DESCRIPTION OF REQUIREMENT: The contractor shall provide a complete vehicle recovery and hauling service. The service shall� include a flat rate for recovering catastrophically damaged military vehicles along Alaska�s� Highway System to Joint Base Elmendorf-Richardson (JBER) or Fort Wainwright (FWA) upon request. In� accordance with support and services the contractor shall support users who require non-tactical� vehicle support for tactical vehicle recovery. The contractor shall provide the capability to� remove/transport up to 3 damaged pieces of equipment per day. The equipment to be recovered will� not exceed 74,000lbs and 110in L x 126in H x 100in W. from the side of a highway and transport it� to Joint Base Elmendorf-Richardson and/or Fort Wainwright. Contractor should be prepared to recover� up to 75 vehicles during the period of 20MAR23 - 15APR23. The contractor will be required to begin� recovery at the recovery site within eight hours after notification that a recovery is needed.� Coverage will extend from the JBER exit on AK HWY 1 to the junction with the southernmost portion� of AK HWY 3. The route covers all of AK HWY 3 then extends to AK HWY 2 and terminates at the� Eielson Air Force Base Exit. Contractors will have access to both bases to drop off damaged� equipment at the requested areas. Page 1 of 23 PLACE OF PERFORMANCE: The route covers all of AK HWY 3 then extends to AK HWY 2 and terminates at the Eielson Air Force� Base Exit PERIOD OF PERFORMANCE: The period of performance (POP) shall be for a period of 20 March 2023 to 15 April 2023.. PROPOSAL INFORMATION: Offerors shall include in their proposals the following: ? Description ? �Price Breakdown for the items listed for the 20 March 2023 thru 15 April 2023 ? �Include in the cost for roll overs recovery fees, towing, that is capable of recovering� equipment up to 74,000 lbs with on call service with a 8 hour response time to the jobsite. The Government will evaluate this information to determine which proposal will receive the� contract. Offerors who fail to provide this information will be considered non- responsive and will� not be further evaluated. QUESTIONS: Any questions concerning this combined synopsis/solicitation shall be submitted electronically via� email to richard.f.smith3.civ@mail.mil no later than 15 March 2023 at 1:00 PM (AKST). SUBMISSION: Proposals shall be submitted electronically and no other method of proposal submission will be� accepted. Adobe (.pdf), Microsoft Word (.doc) and Microsoft Excel (.xlsx) are acceptable formats� for submitting proposals. Proposals shall be electronically submitted and received no later than Thursday, March �16, 2023 at� 1:00 PM (AKST). All proposals shall be emailed to richard.f.smith3.civ@mail.mil. If you are having issues submitting your proposal, please contact Richard Smith as soon as� possible. BASIS OF CONTRACT AWARD: Page 2 of 23 This is a competitive action in which award shall be made to the vendor with the lowest price� capable of meeting the requirements of the attached PWS and conforms to this combined� synopsis/solicitation. Only vendors who are registered with the System for Award Management (SAM) under the assigned� NAICS, have no active exclusions, and have completed the FAR & DFARS Representations and� Certifications will be considered. Vendors must register at https://www.sam.gov. Vendors must provide Section 889 representations, Part A and B, within their representations and� certifications. OCT 2020 versions for FAR 52.204-24, 52.204-26 and 52.212-3 are now available in� SAM. Ensure the update of SAM records and provide representations within the OCT 2020 provisions. INVOICES: The submission of invoices shall be in accordance with FAR clause 52.212-4(g). The contractor shall� submit ALL invoices electronically utilizing Wide Area Work Flow (WAWF). Procedures for using WAWF are found in DFARS clause 252-232-7003, Electronic Submission of� Payment Requests and Receiving Reports. FUNDING INFORMATION: Funding is available for this requirement. CONTRACTING OFFICE POINTS OF CONTACT: Contracting Officer Jeffrey Morgan 907-353-2368 Jeffrey.p.morgan.civ@mail.mil Primary Contract Specialist Richard Smith 907-353-1066 Richard.f.smith3.civ@mail.mil PROVISIONS INCORPORATED BY REFERENCE: 52.204-7 � � �System for Award Management (OCT 2018) 52.204-16 � � �Commercial and Government Entity Code Reporting (AUG 2020) 52.212-1 � � �� Instructions to Offerors � Commercial Items (JUN 2020) 52.209-11 � � �Representation by Corporations Regarding Delinquent Tax Liability or a Felony� Conviction Under Any Federal Law (FEB 2016) 52.212-3 � � �Offeror Representations and Certifications � Commercial Items (JAN 2021) 52.225-25 � � �Prohibition on Contracting with Entities Engaging in Certain Activities or� Transactions relating to Iran � Representations and Certifications (JUN 2020) 252.203-7005 � �Representation Relating to Compensation of Former DoD Officials (NOV 2011) Page 3 of 23 252.204-7016 � �Covered Defense Telecommunications Equipment or Services � Representations (DEC� 2019) 252.204-7017 � �Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or� Services � Representation (DEC 2019) 252.204-7019 � �Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) PROVISIONS INCORPORATED BY FULL TEXT: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or� Equipment (OCT 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the� Offeror has represented that it ""does not provide covered telecommunications equipment or services� as a part of its offered products or services to the Government in the performance of any contract,� subcontract, or other contractual instrument"" in paragraph (c)(1) in the provision at 52.204-26,� Covered Telecommunications Equipment or Services�Representation, or in paragraph (v)(2)(i) of the� provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror� shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has� represented that it ""does not use covered telecommunications equipment or services, or any� equipment, system, or service that uses covered telecommunications equipment or services"" in� paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at� 52.212-3. (a) Definitions. As used in this provision� Backhaul, covered telecommunications equipment or services, critical technology, interconnection� arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings� provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and� Video Surveillance Services or 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� Page 4 of 23 (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. Page 5 of 23 (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 Page 6 of 23 (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 (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 Page 7 of 23 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 Items (JUN 2020) This provision is hereby incorporated by reference with the same force and effect as if it were� given in full text. In addition to the following addendum, all terms and conditions of FAR provision 52.212- 1 remain� in effect. The following have been tailored to this procurement and are hereby added via addendum: m) To assure timely and equitable evaluation of the proposal, the vendors must follow the� instructions contained herein. The proposal must be complete, self-sufficient, and respond directly� to the requirements of this solicitation. n) The response shall consist of: (1) Part I - Performance Capabilities. (2) Part II - Price Structure: Submit one copy of the price structure (Attachment 2). Contractor� shall fill out the price structure in accordance with the instructions provided in Attachment 2.� The quantities stated within the price structure and the PWS are estimates only. Pricing shall� include labor, materials, equipment, tools, handling, transportation, deliver, management, market� conditions, lower than expected contract value, risk of doing business, and other pricing elements� that are not stated herein. (3) Part III � Required Representations: (i) FAR Provision 52.204-24 � Contractor shall complete and submit one copy of the provision� (Attachment 3). (ii) FAR Provision 52.204-26 � Contractor shall complete and submit one copy of the provision� (Attachment 4). (iii) Questionnaire � Contractor shall complete and submit one copy of the questionnaire� (Attachment 5). Page 8 of 23 o) Award will be made to the vendor whose proposal is conforming to the solicitation and is� determined to be the lowest price technically acceptable. 52.212-2, Evaluation � Commercial Items (OCT 2014) This provision has been tailored to this procurement and is provided in full text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendor� whose proposal conforming to the solicitation will be most advantageous to the Government. (1) The Government intends to evaluate proposals and award without discussion. However, the� Government reserves the right to conduct discussions if later determined by the Contracting Officer� to be necessary. Proposals that fail to submit required representations or information, or reject� the terms and conditions of the solicitation may be excluded from consideration. (2) In accordance with FAR 9.103, all contracts shall be awarded only to responsible contractors.� The Contracting Officer will make an affirmative determination of contractor responsibility in� accordance with the standards set forth in FAR 9.104. A prospective contractor that is or recently� has been seriously deficient, or that has received either a Termination for Cause or Termination� for Default within the last 12 months from the issuance date of the current solicitation, will be� presumed to be nonresponsible. Proposals that are submitted by contractors that are deemed� nonresponsible will be rejected. Award will be made to the lowest price technically acceptable upon� determination of contractor responsibility. (b) Options. The Government will evaluate offers for award purposes by adding the total price for� all options to the total price for the basic requirement. The Government may determine that an� offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options� shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the� successful offeror within the time for acceptance specified in the offer, shall result in a binding� contract without further action by either party. Before the offer�s specified expiration time, the� Government may accept an offer (or part of an offer), whether or not there are negotiations after� its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.252-1, Solicitation Provisions Incorporated by Reference (February 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 Page 9 of 23 Officer will make their full text available. The offeror is cautioned that the listed provisions� may include blocks that must be completed by the offeror and submitted with its quotation or offer.� In lieu of submitting the full text of those provisions, the offeror may identify the provision by� paragraph identifier and provide the appropriate information with its quotation or offer. Also, the� full text of a solicitation provision may be accessed electronically at this address:� https://www.acquisition.gov/. (End of Provision) CLAUSES INCORPORATED BY REFERENCE: 52.204-9 � � � Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 � � � System for Award Management Maintenance (OCT 2018) 52.204-18 � � �Commercial and Government Entity� Cody Maintenance (AUG 2020) 52.204-19 � � �Incorporation by Reference of Representations and Certifications (DEC 2014) 52.212-4 � � � Contract Terms and Conditions � Commercial Items (OCT 2018) 52.232-1 � � � Payments� (APR 1984) 52.232-39 � � �Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 � � �Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 252.201-7000 � Contracting Officer�s Representative (DEC 1991) 252.203-7000 � �Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 � �Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003 � �Control of Government Personnel Work Product (APR 1992) 252.204-7004 � �DoD� Antiterrorism Awareness Training for Contractors (FEB 2019) 252.204-7012 � �Safeguarding Covered� Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7015 � �Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7018 � �Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or� Services (JAN 2020) 252.204-7020 � �NIST SP 800-171 DoD Assessment Requirements (NOV 2020) 252.223-7006 � �Prohibition� on Storage, Treatment, and Disposal of Toxic or Hazardous Materials � Basic (SEP 2014) 252.223-7008 � �Prohibition of Hexavalent Chromium (JUN� 2013) 252.225-7048 � �Export - Controlled Items (JUN 2013) 252.232-7003 � �Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7010 � �Levies on Contract Payments (DEC 2006) 252-243-7001 � �Pricing of Modifications� (DEC 1991) 252.244-7000 � Subcontracts for Commercial Items (OCT 2020) Page 10 of 23 CLAUSES INCORPORATED BY FULL TEXT: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders �� Commercial Items (JAN 2021) (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). Page 11 of 23 (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. Page 12 of 23 � �(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)). ? (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). Page 13 of 23 � �(28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126). ? (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ? (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). � �(ii) Alternate I (Feb 1999) of 52.222-26. � �(31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). � �(ii) Alternate I (Jul 2014) of 52.222-35. ? (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). � �(ii) Alternate I (Jul 2014) of 52.222-36. � �(33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). � �(34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec� 2010) (E.O. 13496). ? (35) (i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O.� 13627). � �(ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). � �(36) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not� applicable to the acquisition of commercially available off-the- shelf items or certain other types� of commercial items as prescribed in 22.1803.) � �(37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items� (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially� available off-the-shelf items.) � �(ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) � �(38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons� (Jun 2016) (E.O. 13693). � �(39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air� Conditioners (Jun 2016) (E.O. 13693). Page 14 of 23 � �(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. ? (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 (Jan 2021) (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.� chapter 83, 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). Page 15 of 23 ? (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. 2302 Note). � �(53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). � �(54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (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)). ? (58) 52.232-33, Payment by...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1b9630771bbf4d1aa8d3b7438510b725/view)
- Place of Performance
- Address: Fort Wainwright, AK 99703, USA
- Zip Code: 99703
- Country: USA
- Zip Code: 99703
- Record
- SN06610656-F 20230309/230307230111 (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 |