Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2011 FBO #3393
SOLICITATION NOTICE

U -- Hotel, Dining and Audio/Visual Event for FM Training Conference - RFP

Notice Date
3/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (5PK), 230 S. Dearborn Street, Room 3600, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
GS-05P-11-FA-C-0028
 
Archive Date
3/1/2012
 
Point of Contact
Anya Koukovenko, Phone: 312-353-3798, Tikelia N Murphy, Phone: 312-353-3997
 
E-Mail Address
Anya.Koukovenko@gsa.gov, tikelia.murphy@gsa.gov
(Anya.Koukovenko@gsa.gov, tikelia.murphy@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RFP- FM Training Conference REQUEST FOR PROPOSAL (RFP) # GS-05P-11-FA-C-0028 HOTEL, DINING, AND AUDIO/VISUAL EVENT PRODUCTION Facilities Management (FM) TRAINING CONFERENCE A. AVAILABILITY OF FUNDS Funds are not presently available for award. The Government's obligation under this contract is contingent upon the availability of appropriated funds. No legal liability on the part of the Government may arise until funds are made available to the Contracting Officer. Vendors shall include the details of their cancellation terms and conditions with their offer. Because of their impact on the overall price of the offer, cancellation terms and conditions will be considered when determining best value. Offerors are advised to submit their best terms and conditions now, as the government reserves the right to award based on initial offers without conducting negotiations. Notice 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 constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-48. The NAICS is 721110 and the Small Business Size Standard is $6 million. B. IDENTIFICATION The General Services Administration (GSA), Public Buildings Service (PBS), Great Lakes Region, Organizational Resources Division (ORD), 230 S. Dearborn, Ste. 3500, Chicago, IL, intends to block single occupancy sleeping rooms, procure meeting space, meals, and audio/visual (A/V) event production services for general session presentations and approximately 60 separate break-out session presentations (ten (10) time slots of four to five sessions each) for the Property Management Service Centers (PMSC) and Facilities Management Services Program (FMSP) "Facilities Management (FM) Training Conference" which must accommodate 230 attendees. C. OBJECTIVES The Great Lakes GSA FM Training Conference serves as the primary mechanism to train and recognize associates responsible for federal property management region wide. The workshop also offers training in property management techniques and business process improvement. It creates a unique opportunity to unite geographically dispersed associates for face-to-face discussions regarding project challenges, opportunities, lessons learned, and best practices. The FM Conference also creates important networking opportunities and sharing of ideas across the region and among various property management roles, program areas, and regional support staff. D. BACKGROUND The FM Training Conference is aimed at property managers and many other GSA associates involved in property management programs. Past workshops have typically united 250 regional headquarters and field office employees involved in all aspects of the region's property management program for a series of lectures, interactive break-out sessions, sharing of lessons learned, best practices, and training sessions. It is organized around a series of general sessions which begin each day and carry through a working lunch. In between the general sessions will be a series of break-out and networking sessions, typically four (4) or five (5) per time slot, with ten (10) time slots throughout the conference. The conference runs from 1pm to 5 pm on day one, continues from 8am - 5pm with an awards dinner to follow from 6pm - 10pm on day two. It concludes on day three running from 8am - 2pm. E. HOTEL LOCATION, QUALITY AND ACCOMMODATIONS 1. Hotels located in Cook County are EXCLUDED, due to travel policy. 2. Hotel must be located in Lake or Dupage County within 30 miles proximity of O'Hare Airport. 3. The hotel must be Class A space offering newly renovated deluxe guestroom and suite accommodations. 4. Guest Rooms shall be in excellent renovated standing complete with modern fixtures and finishes and contained within one building. 5. General areas (lobby, elevators, restrooms, etc.) should be modern, well maintained, spacious and well-lit. 6. The hotel must have a full service restaurant on site. 7. The hotel must have accessibility primarily via major highways and thoroughfares. 8. The hotel must be able to accommodate both meeting and lodging needs in the same establishment. 9. Hotel must be able to provide a large open space conducive to social networking. 10. Single occupancy rate shall be within or below prevailing government per diem: 11. The hotel must be located in safe, accessible, well-lighted area. 12. Room rate must be offered three (3) days pre and post the proposed conference dates: Sunday, May 1: 2 rooms Monday, May 2: 22 rooms Tuesday, May 3: 180 rooms Wednesday, May 4: 230 rooms 1. Reservations will be made through a group rooming list, to be provided 4 weeks prior to conference start (however, individuals will pay their own lodging). 2. Rooms must be equipped with sprinkler system in each sleeping room. 3. Individual sleeping rooms must be equipped with telephone data ports. NO CHARGE for internet access - FREE Internet for GSA attendees. 4. No additional charge for double occupancy (i.e., spouses).  F. GENERAL SESSION AND BREAK-OUT SESSION, AUDIO/VISUAL EVENT PRODUCTION AND ROOM SET-UP REQUIREMENTS A. MEETING SPACE: 1. Professional meeting space must be in contiguous or extremely close to proximity to Breakout Rooms 2. Ample, adjustable room lighting conducive to a training environment. 3. General session room setup by 7:00 am each morning (24-hour hold) 4. General session room shall include adequate space to accommodate a centered stage, panel/head table (seating up to 8 people), training equipment; VCR, overhead projector, 2 projection screens, LCD projectors, and lap top computer. The ballroom shall have a minimum ceiling height of 14' and square or rectangular shape is preferred. 5. Break-out rooms shall include adequate space to accommodate seating for 70 people, a screen, front table 6' in length, podium, LCD projector, and lap top computer. 6. Any equipment not provided by the government shall be provided by an audiovisual company, which may or may not be the hotel's onsite A/V Company. 7. Registration table with dedicated house phone, set up outside general session room to accommodate 3 people in L shape (preferably located near office and/or storage room). 8. Contractors are required to submit an Event Agenda with their proposal. The agenda should indentify the logistics of the requirements specified within the RFP. Sunday, May 1: 4pm - Thursday, May 5, 3pm (24 hour hold) Office/Storage Room Room Set-Up: Spacious Room with Conference Table, 6 chairs, Perimeter, 8' skirted tables for boxes, supplies, computers, etc. AV Needs: Internet Access, House Phone, 2 Power Strips, Room Keyed Separately Monday, May 2: 9am - Tuesday, May 3, 12am (24 hour hold) Conference Room Room Set-Up: Hollow Square for 24 AV Needs: Projection Screen, Support Package. Tuesday, May 3, 8am - Thursday, May 5, 2pm (24 hour hold) General Session (Ballroom) for 230 Room Set-Up: Crescent Rounds of 8 AV: Stage, Podium, Podium Microphone, American Flag on Stage Left Corner, 2 Screens on either side of the stage, Splitter, Mix Table. 4 Break-out Rooms - in as close proximity to General Session space as possible. Room Set-Up: Classroom Style (if possible) or Theater Style, Approx. 70 people each AV: Screen, Support Package, Podium and Microphone, Flipchart, Wednesday, May 4: 6pm - 10pm Room Set-Up: For General Session, Awards Dinner Rounds of 10 AV: 8' x 10' Stage, Podium, Podium Microphone, American Flag on Stage Left Corner, 2 Screens on either side of the stage, Splitter, Mix Table, 6' Table to right of stage, stairs on left and right of stage B. GOVERNMENT FURNISHED EQUIPMENT GSA will provide laptop and projector G. FOOD/BEVERAGE REQUIREMENTS Monday, May 2: AM Refreshment Break for 20ppl (TBD) PM Refreshment Break for 20ppl (TBD) Tuesday, May 3: Continental Breakfast Buffet for 20ppl (730am - 8:30am) Deli Buffet for approx 180ppl from (11:30 am-1:00 pm) PM Refreshment Break for 180ppl (TBD) Wednesday, May 4: Continental Breakfast Buffet for 180 (7am-8am) AM Refreshment Break for 180ppl (930am) Buffet Luncheon for 230 (1130am -12:30pm) PM Refreshment Break for 230ppl (TBD) Plated Dinner for 230 (6pm - 9pm) Thursday, May 5: Continental Breakfast Buffet for 230ppl (7am-8am) AM Refreshment Break for 230ppl (930am) Luncheon Buffet for 230ppl (11:30am - 1pm) Contractors must include catering menu price list for breakfasts, lunches, refreshment breaks, and dinner with their proposals. Indicate discount off menu prices, if applicable. H. MANDATORY REQUIREMENTS 1. Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et. seq (Public Law 101-391) and must hold a FEMA Certification Number (See FEMA-http://www.usfa.fema/gov/hotel). 2. Hotel must be compliant with American with Disabilities Act (ADA), 42 U.S.C. Section 12101 et. seq. 3. In accordance with FAR Parts 1, 2, 4, 13, 32, and 52 and effective October 1, 2003 contractors must be registered in the Central Contractor Registration (CCR) database prior to award of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement. No award will be made to any contractor not registered in CCR 4. Contractor must be available for a site visit, if requested. GSA reserves the right to conduct a site visit for the evaluation of the meeting space. I. PAYMENTS/BILLING Payments will be made for food, beverage, A/V and meeting space from the base contract. Room will be paid from individual credit cards. Payments shall be made in accordance with contact terms and conditions. Final payment will be made upon receipt of a contractor's final invoice and Release of Claims (GSA Form 1142) document. J. PROCUREMENT HISTORY: 2010 - Indianapolis - Hyatt Regency Indianapolis 2009 - Grand Rapids - Amway Grand Hotel 2008 - Bloomington, MN - Hotel Sofitel 2007 - Lake Geneva, WI - Grand Geneva Resort 2006 - Indianapolis - Indianapolis Marriott Downtown 2005 - Columbus - Hyatt Columbus K. EVALUATION FACTORS FAR 52.212-2 -- EVALUATION -COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and all other factors considered. The following factors shall be used to evaluate offers and are listed in descending order of importance. As proposals become more equal in the meeting space and lodging rates provided, the special considerations/concessions become more important. 1. Technical Capability a) Contractors will be evaluated based on how well they meet requirements specified in Sections E, F, G and H listed above. 2. Pricing The offeror's pricing will be evaluated to determine if the prices proposed are fair and reasonable. Price evaluation will be accomplished by adding the prices below and then multiplying by the number of days to derive at the overall costs of the conference. However, cancellation terms and conditions, additional special considerations and concessions will be considered when determining best value. a) Lodging Rate may not exceed prevailing Federal Government per diem b) Offerors shall provide an Attrition Rate that is no higher than 80% c) Meeting Rooms (based on 80% pickup of room block) a. General Session Room - tiny_mce_marker____________/day b. Break-out Room - tiny_mce_marker______________/room/day d) Food and Beverage- Catering Menu Prices - Please submit as separate attachment. Comparable meal selections will be further evaluated. If any discount off of the catering prices will be offered, please indicate the discount percentage in your quote. e) Indicate any additional special considerations/ concessions provided. _____________________________________________________ _____________________________________________________ ____________________________________________________ f) Vendors shall include the details of their cancellation terms and conditions with their offer. Because of their impact on the overall price of the offer, cancellation terms and conditions will be considered when determining best value. Offerors are advised to submit their best terms and conditions now, as the government reserves the right to award based on initial offers without conducting negotiations. QUOTATION SUBMISSION Please contact Anya Savrasov, Contract Specialist at 312 353-3798 with any questions. All quotations must be submitted by 3 PM on Friday, March 11, 2011 via email to anya.savrasov@gsa.gov CLAUSES/PROVISIONS: Full text of clauses and provisions are available at http: www.acquisition.gov. The provisions at FAR 52.212-1, Instructions to Offers-Commercial; FAR 52.212-3, Offeror Representations and Certifications-Commercial, Offer Representations and Certifications - Commercial Items, (NOTE - offers MUST submit completed copy with their offer); and FAR 52.212-4, Contract Terms and Conditions, Commercial Items all apply to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 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 (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). __ (7) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). __ (8) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (9) [Reserved] __ (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (11)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (12) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (13)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. X (14) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (15) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (16)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (17) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (18) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (19) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). X (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). __ (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (25) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). X (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). X (27) 52.222-37, Employment Reports on Veterans, (Sep 2010) (38 U.S.C. 4212). __ (28) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (29) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (30)(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.) __ (31) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (32)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). __ (34) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (35)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (36) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (37) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (38) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (39) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (40) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (41) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (43) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (44) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (45) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (46)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) 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 items: __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (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, 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 items. 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 (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) 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 items a minimal number of additional clauses necessary to satisfy its contractual obligations. End of clause
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PK/GS-05P-11-FA-C-0028 /listing.html)
 
Place of Performance
Address: Lake or Dupage County within 30 miles proximity of O’Hare Airport., Illinois, United States
 
Record
SN02395552-W 20110310/110308234152-430e3ef64bcdaf21e629d4475bbf6cca (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.