Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOLICITATION NOTICE

38 -- Volvo Loader Parts

Notice Date
9/12/2025 11:55:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
W7NG USPFO ACTIVITY MNANG 148 DULUTH MN 55811-6012 USA
 
ZIP Code
55811-6012
 
Solicitation Number
W50S7F25Q0043
 
Response Due
9/17/2025 8:00:00 AM
 
Archive Date
10/02/2025
 
Point of Contact
Joshua M. Fish, Phone: 2187887405, Rebecca Dimler, Phone: 2187887242
 
E-Mail Address
joshua.fish.1@us.af.mil, rebecca.dimler@us.af.mil
(joshua.fish.1@us.af.mil, rebecca.dimler@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
****AMENDMENT 1, 12 SEPTEMBER 2025**** The purpose of this amendment is to upload the attachement capable of being opened. There was a security set on the attachments that has been removed. All other terms and conditions remain unchnaged. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-05. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 423810 applies to this solicitation; business size standard is 250 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE. 52.232-18 Availability of Funds (APR 1984) The Minnesota Air National Guard 148th Fighter Wing intends to issue a firm fixed price contract for the following: Various parts needed for the repair of two (2) Volvo L60F Front End Loaders. Lists are itemized for each loader; please return quotes itemized in the same fashion. Serial numbers for each loader are included in parts list Parts must be BRAND NAME OR EQUAL to OEM **Vehicle Information:** Manufacturer VOLVO LDR Model L60F VIN # or Serial # 061906 ***COMPLETE PARTS LIST INCLUDED IN ATTACHMENTS OF THIS SOLICITATION NOTICE*** A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: Small business; Service-disabled veteran-owned small business; Women-owned small business (WOSB) under the WOSB Program; Economically disadvantaged women-owned small business under the WOSB Program; or Historically underutilized business zone small business. Preparing and Submitting your Quote: Offerors shall provide pricing for the above items inclusive of delivery to the Minnesota Air National Guard, 4680 Viper Street, Duluth, MN 55811-6022. These items must be delivered within 60 days after date of contract. If you cannot meet this request, please provide your best delivery date. Please make quotes valid for a minimum of 60 days. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery dates. Preferred CLIN structure: CLIN0001: Muffler, 1 EA CLIN0002: Misc parts and supplies, 1 EA All questions and quotes must be directed to Joshua Fish at joshua.fish.1@us.af.mil and Rebecca Dimler at rebecca.dimler@us.af.mil no later than two business days prior to quote due date. All questions and answers must be in writing. Do not contact other Government personnel, as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing. Place the solicitation number in the subject line of any email. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government and on the basis of a Best Value approach. Quotes will be evaluated using price, technical, delivery, and past performance. Technical, delivery, and past performance, when combined, are approximately equal to price. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. The Government intends to evaluate offers and award a 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; accept other than the lowest offer; and waiver informalities and minor irregularities in offers received. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov. Electronic Documents: All electronic documents must NOT be �secured�, �locked�, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. The selected Offeror must comply with the following Clauses, which are incorporated herein by reference: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-30 Federal Acquisition Supply Chain Security Act Orders�Prohibition (DEC 2023) 52.212-4 Contract Terms and Conditions--Commercial Items (NOV 2023) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment (JUN 2020) 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2024) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.233-2 Service of Protest (SEP 2006) 52.237-2 Protection of Government Buildings, Equipment, And Vegetation (APR 1984) 52.237-3 Continuity of Services (JAN 1991) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-6 Authorized Deviations In Clauses (NOV 2020) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (JAN 2023) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7009 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEV 2024-O0013) (MAY 2024) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.211-7003 Item Unique Identification and Valuation (JAN 2023) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014) 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023) 252.223-7998 Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanic Acid (Dev 2022-O0010) (DEC 2022) 252.225-7002 Qualifying Country Sources As Subcontractors (MAR 2022) 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic (FEB 2024) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7052 Restriction on Acquisition of Certain Magnets, Tantalum, and Tungsten (MAY 2024) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JAN 2023) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEF 2024-O0014) (AUG 2024) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor (JAN 2023) 252.243-7001 Pricing Of Contract Modifications (DEC 1991) 252.244-7000 Subcontracts for Commercial Items (NOV 2023) 252.247-7023 Transportation of Supplies by Sea (JAN 2023) Provisions 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation (JAN 2017) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17 Ownership or Control of Offeror (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) 52.204-29 Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures (DEC 2023) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (MAY 2024) AND Alt I (FEB 2024) 52.219-1 Small Business Program Representations (FEB 2024) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals � Representation (DEC 2016) 52.225-18 Place of Manufacture (AUG 2018) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. (JUN 2020) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021) 252.204-7024 Notice on the Use of the Supplier Performance Risk System (MAR 2023) 252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (FEB 2024) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Certification (JAN 2023) 252.225-7061 Restriction on the Acquisition of Personal Protective Equipment and Certain Other Items from Non-Allied Foreign Nations (JAN 2023) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (DEV 2024-O0014) (AUG 2024) 252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) (APR 2021) Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/. Additional required clauses other than those listed above may be included as Addenda on the award document. 52.212-2 Evaluation�Commercial Products and Commercial Services. (NOV 2021) (a) 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: Technical Capability Past Performance Price The offeror must submit detailed information for each evaluation factor. The information within the quote must demonstrate that the offered services meet or exceed the minimum specifications found in the solicitation�s Performance Work Statement (PWS). MN ANG will evaluate the offers on the base of information furnished by the offeror in response to the solicitation. Factor One � Technical Capability The evaluation process shall consider the following: (i) Key Personnel � Resumes of the key personnel, such as the Lead Physical Therapist or Athletic Trainer shall be provided. The resumes should detail each key personnel�s experience performing similar functions as required by the PWS both with the company and outside of the company. The resumes should state the number of years of experience working with military pilots or elite collegiate, professional athletes, or Special Forces personnel, and with programs similar to optimizing the human weapons systems program or those specifically designed to deal with neck and back issues similar to those experienced by fighter aircrew. (ii) Project Management and Staffing and Startup Operations Plan � The offeror shall provide a written description of how work is to be performed to include the type(s) of discipline(s) to be employed, the minimum credentials and experience each employee must possess, and the offeror�s ability to effectively manage the contract and the contractor employee(s). The offeror shall include a description of any special technical training that will be provided to new or existing employees to ensure they are adequately prepared to provide services under the contract. The staffing and startup operations plan shall detail what services are to be provided by the prime contractor and any subcontractors. The plan shall provide a proposed schedule for startup operations and describe how planned and unplanned time off request for Contractor Employees will be processed. The plan shall also explain whether the Contractor intends to provide a replacement Contractor Employee during time off requests. The Contractor shall include a daily dollar amount to be subtracted from monthly invoices for unstaffed days not reflected in the Contractor�s pricing for each period of performance. The quote shall be evaluated to determine the extent to which the proposed approach is workable and the end results achievable. The quote shall be evaluated to determine the level of confidence provided the Government with respect to the offeror�s methods and approach in successfully meeting and/or exceeding the requirements in a timely manner. Staffing Plans that provide for a minimum of 50 weeks of coverage will be looked at more favorably than those that do not. (iii) Project Equipment and Supplies Plan � The quote shall provide a detailed description of the equipment and supplies provided by the Contractor needed to perform all services as described in the PWS. The plan shall also demonstrate the capability to provide strength and conditioning for the neck and back equivalent to the capabilities of the MedX neck and lower back machines. (iv) Understanding of Required Work and Reporting Requirements � The offeror shall provide in their quote sufficient information to demonstrate their clear understanding of all requirements involved in providing the optimizing the human weapons system services as well as the reports that must be supplied to the Government (see Technical Exhibit 2 in the PWS). Quotes will be evaluated to determine the extent to which the offeror demonstrates their clear understanding of these requirements. Factor 2 � Past Performance The past performance evaluation will assess the relative risks associated with an offeror�s likelihood of success in fulfilling the solicitation�s requirements as indicated by the offeror�s record of past performance. In this context, �offeror� refers to the prime contractor. The Government will conduct a performance risk assessment based on the relevancy and recentness of the offeror�s past performance as it relates to the probability of successful accomplishment of the required services. Present and past performance shall be evaluated as a measure of the Government�s confidence in the offeror�s ability to successfully perform based on previous and current contract efforts. Past performance will be determined to be relevant if the performance involves work that is the same or similar in nature, size, and complexity to the services being procured under the instant solicitation, and recent if performed withing the past five (5) years. Offerors are cautioned that the Government will review any and all of a combination of past performance information submitted by offeror as required per the solicitation and past performance data available in the Federal Awardee Performance and Integrity Information System (FAPIIS) at https://piee.eb.mil. The Government reserves the right to obtain past performance information from any available source besides those specified and may contact customers other than those identified by the offeror when evaluating past performance. Since the Government may not necessarily interview all of the sources provided by the offeror, it is incumbent up on the offeror to explain the relevance of the data provided. Offerors are reminded that the burden of proving low performance risk rests upon the offeror. If an offeror has no record of relevant past performance or if past performance information is not available for such offeror, the offeror may not be evaluated favorable or unfavorable on past performance. These offerors will be assessed a �Neutral� rating for past performance relevancy and confidence. The offeror shall provide a minimum of two (2) references which shall be for recent work performed and shall be relevant to the complexity, size, and scope of the instant solicitation requirements. For references, offerors shall list: i. Name/address of organization contract was with and contract or project number/title ii. Period of performance of contract/project iii. Brief description of contract/project scope and dollar value iv. Point of contact information for reference (name/title/phone number/email address) Factor 3 � Price The Government will evaluate offers by adding the total of all line item prices found within the solicitation�s Line Item structure, including all options. The total evaluated price will be the sum of all contract line items found within the offeror�s quote. The price must be determined as fair and reasonable by the MN ANG/MN USPFO Contracting Officer prior to award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-5 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). _X_(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). _X_(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). _X_(11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition. (Dec 2023) (Pub. L. 115�390, title II). _X_(ii) Alternate I (Dec 2023) of 52.204-30. _X_(12) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (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] _X_(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. _X_(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 (Jun 2020) of 52.219-9. __(v) Alternate IV (Jan 2025) of 52.219-9. __(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. __(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)). __(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). _X_(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)). _X_(31) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). _X_(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 52.222-26. _X_(35) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). __(ii) Alternate I (Jul 2014) of 52.222-35. __(36) (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_(37) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). __(38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_(39) (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). __ (40) 52.222-54, Employment Eligibility Verification (Jan 2025) (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.) __(41) (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.) _X_(42) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (May 2024) (42 U.S.C. 7671, et seq.). __(43) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (May 2024) (42 U.S.C. 7671, et seq.). __(44) 52.223-20, Aerosols (May 2024) (42 U.S.C. 7671, et seq.). __(45) 52.223-21, Foams (May 2024) (42 U.S.C. 7671, et seq.). _X_(46) 52.223-23, Sustainable Products and Services (May 2024) (E.O. 14057, 7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l). __(47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). __(ii) Alternate I (Jan 2017) of 52.224-3. _X_(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 (NOV 2023) (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 (Jan 2025) of 52.225-3. __(iv) Alternate III (Feb 2024) of 52.225-3. __(v) Alternate IV (Oct 2022) of 52.225-3. __(50) 52.225-5, Trade Agreements (NOV 2023) (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 (Nov 2007) (42 U.S.C. 5150). _X_(55) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) (E.O. 13513). __(56) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021). __(57) 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). __(58) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) (41 U.S.C. 4505, 10 U.S.C. 3805). _X_(59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332). __(60) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __(61) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __(62) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). _X_(63) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.). __(64) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)). __(65) (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: _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). __(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). __(10) 52.247-69, Reporting Requirement for U.S.-Flag Air Carriers Regarding Training to Prevent Huma...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b6388730b2a94544b009f22f91894f71/view)
 
Place of Performance
Address: Duluth, MN 55811, USA
Zip Code: 55811
Country: USA
 
Record
SN07589174-F 20250914/250912230044 (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.