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

34 -- CNC Fiber Laser, Installation & Training

Notice Date
5/25/2023 6:44:18 AM
 
Notice Type
Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-23-Q-FBLS
 
Response Due
6/1/2023 9:59:00 PM
 
Archive Date
06/16/2023
 
Point of Contact
Rachael Padavich, Cindy k. Wagoner
 
E-Mail Address
rachael.s.padavich.civ@army.mil, cindy.k.wagoner.civ@army.mil
(rachael.s.padavich.civ@army.mil, cindy.k.wagoner.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION This is a combined synopsis for commercial items prepared in accordance with the format in FAR Subpart 13.5, as supplemental 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 is a Request for Quote (RFQ) using FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services; the Solicitation number is W519TC23QFBLS. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-002. This Request for Quote is issued as a Small Business Set-Aside. The NAICS code for this procurement is 333517.� The Federal Supply Code is 3419. Offerors much be registered within the System for Award Management (SAM) database at time of submission of an offer.� The website for SAM is https://www.sam.gov. Addendum to 52.212-1 DESCRIPTION FOR REQUIREMENT The Request for Quote is issued for: CLIN� 0001� �Computer Numerical Control (CNC) Fiber Laser in accordance with Attachment 0001 � Description for Purchase (DFP). �Quantity:� � � 1 Each� � � � � � � � � � Estimated Lead Time of Delivery:� 20 Weeks After Award CLIN 0002� � �Installation Quantity:� � � �1 Lot� � � � � � � � � � � �Estimated Lead Time of Delivery:��Within four (4) weeks of delivery of CLIN 0001 CLIN 0003:� �Training Quantity:� � � �1 Lot� � � � � � � � � � � �Estimated Lead Time of Deivery:��Within two (2) weeks of CLIN 0002 QUOTE SUBMISSION REQUIREMENTS Offeror shall submit the following in response to Solicitation W519TC23QFBLS: 1.)� Attachment 0002 � Pricing Matrix 2.) Technical Capability information as follows: Detailed description of the offered item(s) which adequately describes how the offered item will meet all requirements within the Description for Purchase. NOTE:� Simply stating the offered item meets the requirements is unacceptable.� The description must address each of the requirements in sufficient detail to describe how the offered item meets the requirement. - If Offered Item is an Off-the-Shelf product, with no modifications:� Offeror may provide product literature describing it specifications, sizing, etc., providing it addresses each of the requirements within the Description for Purchase.� If product literature does not address all requirements, additional description shall be provided to address each requirement. - If Offered Item is an Off-the-Shelf product with modifications: Offeror may provide product literature plus a detail description of the modifications that will bring the product in conformance with all Description for Purchase requirements. - If no standard product literature is available, a basic concept drawing, with description, is required. 3.)� Completed Clause at Attachment 0003 � FAR 52.204-24, paragraph (d)(1) and (d)(2). 4.)� Completed Provisions at Attachment 0004 � FAR 52.212-3 Alt I, paragraph (b) only. TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as a Small Business Set-Aside.� The Army Contracting Command � Rock Island (ACC-RI) intends to award a Firm-Fixed-Price Contract. DELIVERY INFORMATION Delivery shall be FOB Destination to Crane Army Ammunition Activity, 300 Highway 361, Building 123 Crane, Indiana 47522-5001, in accordance with the following: Refer to DFP for Crane Army Ammunition Activity Delivery Instructions. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away. BASIS FOR AWARD Award will be made on a Lowest Price Technically Acceptable basis to the Offeror who offers a technically acceptable product at the lowest price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. Unbalanced Pricing - As part of the evaluation, proposals may be reviewed to identify any significant unbalanced pricing. IAW FAR 15.404-1(g) - Unbalanced Pricing, a proposal may be rejected if the contracting officer determines the lack of balance poses an unacceptable risk to the government. Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer. These methods of evaluation may include information/input from sources such as (but not limited to) other Governmental agencies and personnel. The Government reserves the right to require the submission of any data (i.e., Data other Than Certified Cost or Pricing Data) necessary to validate the reasonableness of an offer. Award will be made on a Firm-Fixed-Price basis. LISTING OF ATTACHMENTS Attachment 0001 - Description for Purchase Attachment 0002 - Pricing Matrix Attachment 0003 � FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) Attachment 0004 - FAR 52.212-3 Alt 1 Offeror Representation and Certification � Commercial Product and Commercial Services (Dec 2022) DEADLINE FOR SUBMISSION Offers are due on June 1, 2023, no later than 11:59 PM Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, Rachael Padavich, rachael.s.padavich.civ@army.mil and Contracting Officer, Cindy Wagoner, cindy.k.wagoner.civ@army.mil.� Offerors shall include �W519TC-23-Q-FBLS - Response � [Insert Offeror�s Name]� within the Subject line.� SOLICITATION PROVISIONS The following Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://acquisition.gov): FAR 52.203-11- Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.204-7 � System for Award Management (OCT 2018) FAR 52.204-16 � Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-17 � Ownership or Control of Offeror (AUG 2020) FAR 52.204-20 � Predecessor of Offeror (AUG 2020) FAR 52.204-22 � Alternative Line Item Proposal (JAN 2017) FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) � Attachment 0003 FAR 52.204-26- Covered Telecommunications Equipment or Services- Representation (OCT 2020) FAR 52.209-2 � Prohibition on Contracting with Inverted Domestic Corporations- Representation (NOV 2015) FAR 52.209-5 � Certification Regarding Responsibility Matters (AUG 2020) FAR 52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) FAR 52.212-1 - Instructions to Offerors - Commercial Products and Commercial Services (MAR 2023) FAR 52.212-2 � Evaluation � Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3 Alt I � Offeror Representations and Certifications � Commercial Products and Commercial Services � Alt I (DEC 2022) - Attachment 0004 FAR 52.222-22 - Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25- Affirmative Action Compliance (APR 1984) FAR 52.223-22 - Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation (DEC 2016) FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (JUN 2020) FAR 52.252-5 - Authorized Deviations in Provisions (NOV 2020) DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (SEP 2022) DFARS 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) DFARS 252.204-7016 - Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) DFARS 252.204-7017- Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) DFARS 252.204-7019 - Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) DFARS 252.215-7008 Only One Offer (DEC 2020) DFARS 252.215-7010 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (JAN 2023) DFARS 252.225-7055 Representation Regarding Business Operations with the MADURO Regime (MAY 2022) CLAUSES The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov): FAR 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions (JUN 2020) FAR 52.203-17 � Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 - System for Award Management Maintenance (OCT 2018) FAR 52.204-18 - Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.212-4 - Contract Terms and Conditions � Commercial Products and Commercial Services (DEC 2022) FAR 52.232-33 - Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) FAR 52.232-40- Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.242-13 � Bankruptcy (JUL 1995) FAR 52.252-6 - Authorized Deviations in Clauses (NOV 2020) 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: ?(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.) ?(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. (Nov 2021) (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) 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. ?(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). ?(22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (Mat 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)). ?(27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). ?(28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (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 (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). ?(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. ?(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). ?(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). ?(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: ?(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 for Contractor Workers Under Executive Order 14026 (Jan 2022). ?(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 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 (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 Vessels (Nov 2021) (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 products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Addendum to 52.212-4 52.247-34 F.O.B. Destination (Nov 1991) End of Addendum 52.212-4 DFARS 252.203-7000- Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (DEC 2022) DFARS 252.204-7003 - Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7009 � Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023) DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023) DFARS 252.204-7015 � Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) DFARS 252.204-7018- Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) DFARS 252.204-7020 - NIST SP 800-171 DoD Assessment Requirements (JAN 2023) DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) DFARS 252.223-7008 - Prohibition of Hexavalent Chromium (JAN 2023) DFARS 252.225-7001 Buy American and Balance of Payments Program (JAN 2023) DFARS 252.225-7012 - Preference for Certain Domestic Commodities (APR 2022) DFARS 252.225-7048 - Export-Controlled Items (JUN 2013) DFARS 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (JAN 2023) DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (JAN 2023) DFARS 252.232.7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) DFARS 252.232-7010- Levies on Contract Payments (DEC 2006) DFARS 252.243-7001 � Pricing of Contract Modifications (DEC 1991) DFARS 252.243.7002 Requests for Equitable Adjustment (DEC 2022) DFARS 252.244-7000- Subcontracts for Commercial Items (JAN 2023) DFARS 252.246-7008 Sources of Electronic Parts (JAN 2023) DFARS 252.247-7023 - Transportation of Supplies by Sea�Basic (JAN 2023) The following clause(s) are provided in full text: DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (JAN 2023) (a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. RECEIVING REPORT/INVOICE (COMBO) ____________________________________________________________ (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial financing, submit a commercial financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF �combo� document type t...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/22a6a2f6ceca479e98f61e3bd7aadd40/view)
 
Record
SN06694811-F 20230527/230525230114 (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.