Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2025 SAM #8510
MODIFICATION

65 -- Sources Sought Notice - VANEC Scrubbers and Linen Carts

Notice Date
3/13/2025 1:09:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0172
 
Response Due
3/26/2025 3:00:00 PM
 
Archive Date
03/31/2025
 
Point of Contact
Lindsay Goldsmith, Phone: Telephone inquiries will not be accepted.
 
E-Mail Address
Lindsay.Goldsmith@va.gov
(Lindsay.Goldsmith@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. The Department of Veterans Affairs, VA Northeast Consortium (VANEC) is issuing solicitation 36C24225Q0172 as BRAND NAME OR EQUAL, for the intended result of awarding Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for motorized linen carts and floor scrubbers/ polishers. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. VANEC anticipates awarding contracts to multiple entities; each action is anticipated to be Firm Fixed Price (FFP) for the period of five (5) years. This requirement is being set aside for SBA certified Service-Disabled Veteran Owned Small Businesses (SDVOSB), with capabilities under NAICS code 333310 (size standard of 1,000 people). In addition to SBA Vet Certification, all quoters shall have an active registration with the System for Award Management (sam.gov), deemed in good standing and available for award. All bids shall include the vendors Unique Entity Identifier (UEI) number as assigned by sam.gov. This procurement is limited to new equipment only. Used, gray, refurbished or aftermarket equipment will not be considered for this requirement. The Veterans Health Administration prohibits the use of gray/ aftermarket items in their Medical Centers. Gray/ aftermarket items are considered to be items outside of the original equipment manufacturer's intended distribution channels. Quotes for other than new, will be deemed non-compliant and will be removed from the competitive range without discussion. Authorized distributors shall provide a manufacturers authorization letter with your submission. Line Description � Salient Characteristics 0001 Walk behind floor scrubber brand name or equal to Nacecare TGB 2228 Must have a 28� cleaning path Must be battery powered with a minimum of 3.5 hours of run time on a single charge. Must have 22.5 Gal. solution capacity and recovery tank capacity. Must provide a maximin of 110lbs. pad down pressure. 0002 Walk behind floor scrubber brand name or equal to Nacecare TGB 516 NX Must have a 16� cleaning path. Must be battery powered, with a minimum of 60-80 minutes of run time on a single charge. Must have a 5 Gal. solution capacity and recovery tank capacity. Must provide a maximin of 60lbs. pad down pressure. Must have battery compatibility with RBV150nx back vac and 244nx scrubber. 0003 Motorized Security Linen Cart � Electro Kinetic Tech Anodized aluminum design that allows the structure to carry 2,000 pounds of linen. Unit equipped with reinforced double doors that have an inset pocket for the stainless-steel hasp. Standard unit equipped with 3 reinforced shelves adjustable on 2� centers. Electric Platform Cart: Reinforced double doors Standard unit has 3 reinforced shelves, 22.5? x 35? Shelves adjustable on 2? centers Overall height approximately 77.5? Center wheel drive system with spring suspension provides tight turning radius and traction over bumps and inclines On board battery charger, 100-240 VAC, 50/60 Hz Speed Range: 0-3 MPH (0-4.8 km/hr) Handle Height: 39� (990 mm) Incline Rating: 6� Non-marking tires Variable speed control with hi/low speed setting for precise control Horn, key switch, emergency stop 0004 Motorized Ergo Handling Cart Anodized Aluminum Linen cart with heavy-duty mid-cart transaxle drive, 11.3� deck height Thumb-wheel style hand controls Two (2) 35 AH 12-volt AGM maintenance free batteries On-board charging system. Tires are non-marking, maintenance free tires. Cart Specification: Anodized aluminum shelving on steel base. Bed Capacity: 18-24 Shelving Dimension: 24�W x 36�L x 58�H 4 total shelves, 3 adjustable Includes vinyl cover with zipper or Velcro. Standard color blue, other colors available. 0005 Featherweight Linen Cart/Motorized Linen Cart-Platforms brand name or equal to PHS West Part # 2000RC, Ergo-Express Custom Motorized Platform Cart w/Retractable Drive. 0005A Featherweight Fully Enclosed Linen Cart Custom Silver Anodized Aluminum Enclosed Cabinet, 24""W x 60""L x 60""H Bi-Folding / Locking Door with 3-Point Aircraft Latch and Keyed Lock 3 Shelves (2 Adjustable) 0005B Featherweight Semi-Enclosed Linen Cart brand name or equal to PC1000. A semi-enclosed design featuring a vinyl cover for the front keeps fresh linens securely contained while you make your deliveries. Accessories for Cart 1x 55949-300 Cart Cover, Custom Size, Velcro Closure 4x 59133-001 Wire Shelf, 24"" x 60"", Chrome Plated 4x 53559-001 Post, Wire Shelf, 63"" 5x 53691-001 Wire Shelf Panel, 24"" x 63"", EP56 1x 57159-001 Snake Frame, 24"" x 60"" 0005C. Featherweight Open Linen Cart - Vertical shelving and an open front design. Custom Silver Anodized Aluminum Semi-Enclosed Cabinet, 24""W x 60""L x 60""H 3 Shelves (2 Adjustable) Front Cover: Dark Blue, Vinyl, Velcro Closure Without motor: 26"" W x 60"" L x 60"" H. With motor: 26.76""W x 71.32""L x 71.32""H (from the ground) mounted on Motorized Cart Two Panel Bifold Doors, opens to 270 degrees with 3 Point Keyed Latch Base + 2 Stainless Steel Shelves Push Handle 0006 Platform Cart Components � Battery Kits 56031-002 Battery Kit, Upgrade, 55AH from 35AH (Two Batteries) Manufacturer: PHS West Part # PC100 Part # 56031-002 0007 Accessories for Carts 58052-001 Retractable Cord Reel Manufacturer: PHS West Part # C01-1066 Quoting entities shall include free on-board (FOB) delivery services to VA locations within VANEC area; Connecticut, Delaware, Maine, Maryland, Massachusetts, New Hampshire, New York, New Jersey, Pennsylvania, Rhode Island, Vermont Washington DC, and West Virginia. See the statement of work for the full list of locations. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Responses to this notice must be submitted in writing via email to lindsay.goldsmith@va.gov and must be received not later than Wednesday, March 26, 2025, at 5:00 PM EST. No telephone inquiries will be accepted. Late submissions shall be treated in accordance with the solicitation provision FAR 52.212-1(f). Submissions shall include: Firm Fixed Price (FFP) quote with five (5) year pricing and confirmation that the terms and conditions are acceptable or not with exception, deletion or addition. Delivery time frames. SAM.gov Unique Entity Identification (UEI) number. Financial Responsibility (Duns and Bradstreet financial report, recent audit report, annual financial or tax reports). SBA Veteran Certification Completed 52.212-3 Offeror Representations and Certifications-Commercial Products (see attachments) Completed 852.219-76 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Supplies and Products (see attachments). ADDENDUM to 52.212-2 EVALUATION�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES The Government intends to award multiple contracts resulting from this solicitation to the responsible offerors whose offers 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 Technical compliance with the line items of the solicitation in quality and function. Past Performance Evaluation Approach. The Government may evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Price: For indefinite delivery, indefinite quantity actions, the Government will evaluate the prices by line and not total sum. Technical compliance with the line items of the solicitation in quality and function. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter�s likelihood of success in fulfilling the solicitation�s requirements as indicated by the quoter�s record of past performance. The past performance evaluation may be based on the contracting officer�s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Written notices of award or acceptance of an offer, mailed or otherwise furnished to the successful offerors 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) FAR Number Title Date 52.212-1 INSTRUCTIONS TO OFFERORS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES SEP 2023 52.212-2 EVALUATION�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES NOV 2021 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES MAY 2024 A.1 52.212-4 CONTRACT TERMS AND CONDITIONS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights� (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at Federal Acquisition Regulation (FAR) 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include� (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer�System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer�Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.� (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall� (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the� (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if� (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2). (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on� (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in FAR 32.608-2 in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments (9) The specification. (t) [Reserved] (u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an �I agree� click box or other comparable mechanism (e.g., �click-wrap� or �browse-wrap� agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures. (v) Incorporation by reference. The Contractor�s representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. (End of Clause) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: (End of Addendum to 52.212-4) A.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025) (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 Covered Entities (DEC 2023) (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) 52.203�17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community�see FAR 3.900(a). [] (5) 52.204�10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109�282) (31 U.S.C. 6101 note). [] (6) [Reserved] [] (7) 52.204�14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111�117, section 743 of Div. C). [] (8) 52.204�15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111�117, section 743 of Div. C). [] (9) 52.204�27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117�328). [] (10) 52.204�28, Federal Acquisition Supply Chain Security Act Orders�Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts. (DEC 2023) (Pub. L. 115�390, title II). [] (11)(i) 52.204�30, Federal Acquisition Supply Chain Security Act Orders� Prohibition. (DEC 2023) (Pub. L. 115�390, title II). [] (ii) Alternate I (DEC 2023) of 52.204�30. [] (12) 52.209�6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (JAN 2025) (31 U.S.C. 6101 note). [] (13) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313). [] (14) [Reserved] [] (15) 52.219�3, Notice of HUBZone Set-Aside or Sole-Source Award (OCT 2022) (15 U.S.C. 657a). [] (16) 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). [] (17) [Reserved] [] (18)(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. [] (19)(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. [] (20) 52.219-8, Utilization of Small Business Concerns (JAN 2025) (15 U.S.C. 637(d)(2) and (3)). [] (21)(i) 52.219�9, Small Business Subcontracting Plan (JAN 2025) (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 (JAN 2025) of 52.219�9. [] (v) Alternate IV (JAN 2025) of 52.219�9. [X] (22)(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. [X] (23) 52.219�14, Limitations on Subcontracting (OCT 2022) (15 U.S.C. 657s). [] (24) 52.219-16, Liquidated Damages�Subcontracting Plan (SEP 2021) (15 U.S.C. 637(d)(4)(F)(i)). [X] (25) 52.219�27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) (15 U.S.C. 657f). [] (26) (i) 52.219-28, Postaward Small Business Program Rerepresentation (JAN 2025) (15 U.S.C. 632(a)(2)). [] (ii) Alternate I (MAR 2020) of 52.219�28. [] (27) 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)). [] (28) 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)). [] (29) 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). [X] (30) 52.219�33, Nonmanufacturer Rule (SEP 2021) (15 U.S.C. 637(a)(17)). [] (31) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). [] (32) 52.222�19, Child Labor�Cooperation with Authorities and Remedies (JAN 2025) (E.O. 13126). [] (33) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [] (34)(i) 52.222�26, Equal Opportunity (SEP 2016) (E.O. 11246). [] (ii) Alternate I (FEB 1999) of 52....
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1f9d7b3b305a47d582b1c861eba503eb/view)
 
Place of Performance
Address: NY 12208, USA
Zip Code: 12208
Country: USA
 
Record
SN07370565-F 20250315/250314000103 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.