Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

S -- INTEGRATED SOLID WASTE MANAGEMENT SERVICES

Notice Date
5/25/2023 12:41:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
FA6648 482 LSS LGC HOMESTEAD AFB FL 33039-1299 USA
 
ZIP Code
33039-1299
 
Solicitation Number
FA6648-23-Q-0035
 
Response Due
6/7/2023 1:00:00 PM
 
Archive Date
06/22/2023
 
Point of Contact
Sandy Guite, Consuelo Kiser
 
E-Mail Address
sandy.guite@us.af.mil, consuelo.kiser@us.af.mil
(sandy.guite@us.af.mil, consuelo.kiser@us.af.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
Amendment to Solicitation - A0001 -�FA6648-23-Q-0035 - Combined Synopsis/Solicitation for Commercial Items/Services - Integrated Waste Management Services This solicitation is being amended to add FAR Clause 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.217-9�Option to Extend the Term of the Contract. (Mar 2000) (a)�The Government�may�extend the term of this contract by written notice to the Contractor within 45�days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least�45 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)�If the Government exercises this�option, the extended contract�shall�be considered to include this�option�clause. (c)�The total duration of this contract, including the exercise of any�options�under this clause,�shall�not exceed 5 years and 6 months. (End of clause) All other terms and conditions of this soliciation remain unchanged.� The proposal due date remains: Wednesday June 7, 2023 @ 4:00pm Eastern, Miami FL.� -------------------------------------------------------------------------------------------------------------------------------------------------------------- FA6648-23-Q-0035 - Combined Synopsis/Solicitation for Commercial Items/Services - Integrated Waste Management Services This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation (paper copy) will not be issued. Further, Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA6648-23-Q-0035 is issued as a request for quotation (RFQ). Please provide the full solicitation number on all packages* Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote. This solicitation document and incorporated provisions and clauses for commercial products and commercial services are those in effect through Federal Acquisition Circular (FAC) 2023-02, Electronic Code of Federal Regulation (eCFR) https://gov.ecfr.io/cgi-bin/ECFRl, and Air Force Federal Acquisition Circular (AFAC) 2023-0508. This procurement is being issued as a 100% Competitive HubZone Set Aside under NAICS code 562111 � Solid Waste Collection with a size standard of $47 million dollars. Homestead Air Reserve Base, Homestead, FL, has a requirement for solid waste collection and disposal services. The Contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, containers necessary to perform non-hazardous solid waste disposal and recycling collection at Homestead ARB, Florida. Estimated workload factors are: 1. The Contractor shall empty refuse containers based on Table A1 & A2 of the Performance Work Statement (PWS) 2. FoodWaste containers and pickup days are identified in Appendix A, Table A-2 of the Performance Work Statement (PWS) 3. The Contractor shall empty recycling containers weekly. 4. Perform unscheduled collections and disposals. When requested by CO/COR. 5. Provide roll-off containers for collection of Construction and Demolition Debris (C&D) when requested by CO/COR. 6. Mission Essential Plan IAW DFARS 252.237-7024 (b)(2) & Attachment 5 � Mission Essential Services Plan All work shall be completed in accordance with the Waste Management Performance Work Statement (PWS) dated May 2023 (Attachment 1). The anticipated period of performance (PoP) shall consist of a base year plus four (4) option years. The anticipated performance periods for the base year and options is as follows: Base Year�������������������� 24 June 2023 � 23 June 2024 Option Year 1�������������� 24 June 2024 � 23 June 2025 Option Year 2�������������� 24 June 2025 � 23 June 2026 Option Year 3�������������� 24 June 2026 � 23 June 2027 Option Year 4�������������� 24 June 2027 � 23 June 2028 CLIN Structure: X001 - Municipal Solid Waste Collection incl Single Stream (front load containers) estimated 35 Weekly... Qty 12� � � � � �U/I: Monthly X002 - Municpal Solid Waste Collection (Food Waste) estimated 30 weekly... Qty 12� � � � � � U/I: Monthly X003 - Unscheduled Pickups (8cy Containers)... Qty 12� � U/I: Each X004 - Construction & Demolition Debris Roll off pulls estimated 1 weekly... Qty 48� � � � � � U/I: Each X005 - Landfill Tipping Fees.... Qty: 432 short tons� U/I: Yearly X006 - Special Event... Qty: 1� �U/I: Each *A full per year CLIN Structure breakdown can be found in Attachment 2 � Blank Pricing Schedule ** CLIN X006 � Special Event will be an Option that can be exercised at any time during the applicable contract year. Please review this solicitation in its entirety including all solicitation attachments provided herein and submit an offer for the requested services as outlined in the PWS (Attachment 1). Offerors shall submit their firm fixed-price quote using the attached Blank Price Schedule (Attachment 2). Any questions generated from this solicitation must be submitted in writing to Sandy Guit� (sandy.guite@us.af.mil with a copy to Consuelo Kiser (consuelo.kiser@us.af.mil) no later than 12:00 PM Eastern Standard Time (EST), 30 May 2023. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions by the end of day on 31 May 2023 at 5:00 P.M. Any questions received after 12:00 PM on 30 May 2023 may or may not be answered. It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html. Special Instructions. All offerors shall meet the requirements of the Request For Quote (RFQ) identified in 52.212-1 and 52.212-2 addenda�s. Failure to do so will be at the Offeror�s own risk. The Government shall not pay any Offeror for any cost or expenses associated with the preparation of their quote. The offeror must follow the instructions contained herein to assure timely and equitable evaluation of the offer. Offerors are required to be fully responsive to and consistent with all of the solicitation requirements using the attached Pricing Schedule (Attachment 2). Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA6648-23-Q-0035/Company Name/Email X of X (insert number of the email and total number of emails) System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM). Visit the SAM website at https://www.sam.gov for further information. If you are not registered, and active, you cannot receive an award. The provision at 52.212-1, Instructions to Offerors � Commercial Items (MAR 2023), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: Submission of offers. Electronic Submission of offers is required. Offers shall be submitted via email to the following: Sandy Guit�, sandy.guite@us.af.mil and copy Consuelo Kiser, consuelo.kiser@us.af.mil not later than 4:00 PM, (EST) 7 June 2023. Offerors shall submit a clear and complete quote and include only information that is relevant to this notice. Offerors shall submit their firm fixed-price quote using the attached Pricing Schedule (Attachment 2).� In addition, the following Contractor information shall be included with your quote: SAM UEI Number: TIN Number: CAGE Code: Contractor Name: Payment Terms (NET 30) or Discount: Point of Contract and Phone Number: Email Address: Warranty (if applicable): (b)(8) Representations/Certifications: Utilizing the provision below (52.212-3 -- Offeror Representations and Certifications � Commercial Items) Offerors shall complete the necessary fill-ins, representations and certifications as set forth in the solicitation. (b)(9) Acknowledgement of Solicitation Amendments. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. Such amendments will be issued electronically by email. In such cases, the amendment will include an announcement of the new closing date and time (if applicable). The Offeror shall acknowledge all amendments issued by completing and initialing the section titled Acknowledgment of Amendments located in Attachment 2 - Price Schedule. (b)(11) Offerors shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. Offerors are cautioned that it is not the Government�s intent to incorporate the Offeror�s proposal in the resulting award. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Discrepancies. If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the Offeror is asking the Contracting Officer to consider as related to the omission or error. The Offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. Period for acceptance of offer: Offeror agrees to hold prices for 60 calendar days from proposal due date. Contract award. The Government intends to evaluate offers and award a firm fixed- price contract without discussions with Offerors. Therefore, the Offeror�s initial offer should contain the Offeror�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 offers if such action is in the public interest and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021) applies. Addenda to the following paragraphs of FAR 52.212-2 are: 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: Price: Award will be made to the lowest priced technically acceptable offeror. Technical: quote must be rated as technically acceptable to be eligible for award. Your quote package MUST clearly show and demonstrate your company�s ability to meet the stated requirements outlined in the performance work statement. Mission Essential Plan must be included with quote package. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation. In order to be found technically acceptable the quote must demonstrate the contractor�s ability to provide the service as outlined in the Performance Work Statement attachment. In addition, the Program Manager will evaluate quotes and contractor provided mission essential plan to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation. 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. Offerors shall use the Blank Pricing Schedule (Attachment 2) to submit pricing for their firm fixed-price proposal. Offerors are required to complete the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEC 2022) OR complete electronic annual representations and certifications at the System for Award Management https://www.sam.gov/SAM/. Offerors are required to complete the representations found in the provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) For your convenience all referenced representations and certifications are attached to this solicitation. (Attachment 3 � Representations & Certifications). NOTE: Offeror is required to complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in SAM. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. The clause at 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services (DEC 2022), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (MAR 2023), applies to this acquisition. 52.212-5�Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. (Mar 2023) (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 products�and�commercial services: (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�(Nov 2021)�(Section 1634 of Pub. L. 115-91). (3)�52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or Equipment.�(Nov 2021)�(Section 889(a)(1)(A) of Pub. L. 115-232). (4)�52.209-10, Prohibition on�Contracting�with Inverted Domestic Corporations�(Nov 2015). (5)�52.232-40, Providing Accelerated Payments to�Small Business Subcontractors�(Mar 2023)�(�31 U.S.C. 3903�and�10 U.S.C. 3801). (6)���52.233-3, Protest After Award�(Aug 1996)�(�31�U.S.C.�3553). (7)���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 products�and�commercial services: [Contracting Officer�check as appropriate.] _X_�(1)�52.203-6, Restrictions on Subcontractor Sales to the Government�(Jun 2020),�with�Alternate�I�(Nov 2021)�(�41�U.S.C.�4704�and�10 U.S.C. 4655). __�(2)�52.203-13, Contractor Code of Business Ethics and Conduct�(Nov 2021)�(�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]. _X_�(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.�(Nov 2021)�(�31�U.S.C.�6101�note). _X_�(9)�52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters�(Oct 2018)�(�41�U.S.C.�2313). __�(10)�[Reserved]. _X_�(11)�52.219-3, Notice of�HUBZone�Set-Aside or Sole-Source Award (Oct 2022) (�15�U.S.C.�657a). __�(12)�52.219-4, Notice of Price Evaluation Preference for�HUBZone�Small Business Concerns (Oct 2022) (if the�offeror�elects to waive the preference, it�shall�so indicate in its�offer) (�15�U.S.C.�657a). __�(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 2022) (�15�U.S.C.�637(d)(2)�and (3)). __�(17)�(i)�52.219-9, Small Business Subcontracting Plan (Oct 2022) (�15�U.S.C.�637(d)(4)). __�(ii)�Alternate�I�(Nov 2016)�of�52.219-9. __�(iii)�Alternate�II�(Nov 2016)�of�52.219-9. __�(iv)�Alternate�III�(Jun 2020)�of�52.219-9. __�(v)�Alternate�IV�(Sep 2021)�of�52.219-9. __�(18)�(i)�52.219-13, Notice of Set-Aside of Orders�(Mar 2020)�(�15�U.S.C.�644(r)). __�(ii)�Alternate�I�(Mar 2020)�of�52.219-13. __�(19)�52.219-14, Limitations on Subcontracting (Oct 2022) (�15�U.S.C.�637s). __�(20)�52.219-16, Liquidated Damages�Subcontracting Plan�(Sep 2021)�(�15�U.S.C.�637(d)(4)(F)(i)). __�(21)�52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2022) (�15�U.S.C.�657f). _X_�(22)�(i)�52.219-28, Post Award Small Business Program Rerepresentation�(Mar 2023)(�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�(Oct 2022) (�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 (Oct 2022) (�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�(Sep 2021)�(�15U.S.C. 637(a)(17)). _X_�(27)�52.222-3, Convict Labor�(Jun 2003)�(E.O.11755). _X_�(28)�52.222-19, Child Labor-Cooperation with Authorities and Remedies�(Dec 2022)�(E.O.13126). _X_�(29)�52.222-21, Prohibition of Segregated Facilities�(Apr 2015). _X_�(30)�(i)�52.222-26, Equal Opportunity�(Sep 2016)�(E.O.11246). __�(ii)�Alternate�I�(Feb 1999)�of�52.222-26. _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. _X_�(32)�(i)�52.222-36, Equal Opportunity for Workers with Disabilities�(Jun 2020)�(�29�U.S.C.�793). __�(ii)�Alternate�I�(Jul 2014)�of�52.222-36. _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�(Nov 2021)�(�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). _X_�(36)�52.222-54, Employment Eligibility Verification�(May�2022)�(Executive Order 12989). (Not applicable to the�acquisition�of commercially available off-the-shelf items or certain other types of�commercial products�or�commercial services�as prescribed in FAR�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)�(i)�52.225-1, Buy American-Supplies�(Oct 2022)�(�41�U.S.C.�chapter�83). __�(ii)�Alternate�I�(Oct 2022)�of�52.225-1. __�(49)�(i)�52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act�(Dec 2022)�(�19 U.S.C. 3301 note,�19 U.S.C. 2112 note,�19 U.S.C. 3805 note,�19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 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 [Reserved]. __�(iii)�Alternate�II�(Dec�2022)�of�52.225-3. __�(iv)�Alternate�III�(Jan�2021)�of�52.225-3. __�(v)�Alternate�IV (Oct 2022) of�52.225-3. __�(50)�52.225-5, Trade Agreements�(Dec 2022)�(�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. Subtitle A, Part V, Subpart G 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 (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 Products�and�Commercial Services�(Nov 2021)�(�41�U.S.C.�4505,�10 U.S.C. 3805). __�(57)�52.232-30, Installment Payments for�Commercial Products�and�Commercial Services�(Nov 2021)�(�41�U.S.C.�4505,�10 U.S.C. 3805). _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�(Nov 2021)�(�46 U.S.C. 55305�and�10�U.S.C.�2631). __�(ii)�Alternate�I�(Apr 2003)�of�52.247-64. __�(iii)�Alternate�II�(Nov 2021)�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 products�and�commercial services: [Contracting Officer�check as appropriate.] _X_�(1)�52.222-41, Service Contract Labor Standards�(Aug 2018)�(�41�U.S.C.�chapter67). _X_�(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). _X_�(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). _X_�(7)�52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026�(Jan 2022). _X_�(8)�52.222-62, Paid Sick Leave Under Executive Order 13706�(Jan 2022)�(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 products�or commercial services. 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�(Nov 2021)�(�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�(Nov 2021)�(Section 1634 of Pub. L. 115-91). (iv)�52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or Equipment.�(Nov 2021)�(Section 889(a)(1)(A) of Pub. L. 115-232). (v)�52.219-8, Utilization of Small Business Concerns (Oct 2022) (�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 Workerswith 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�(Nov 2021)�(�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 (May�2014) (�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�(May�2022)�(E.O. 12989). (xvii)�52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026�(Jan 2022). (xviii)�52.222-62, Paid Sick Leave Under Executive Order 13706�(Jan 2022)�(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. Subtitle A, Part V, Subpart G 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)�52.232-40, Providing Accelerated Payments to�Small Business Subcontractors�(Mar 2023) (�31 U.S.C. 3903�and�10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of�52.232-40. (xxiii)���52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vess...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c07664a429e468fb2ee5e694aa71498/view)
 
Place of Performance
Address: Homestead, FL, USA
Country: USA
 
Record
SN06694422-F 20230527/230525230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.