Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOLICITATION NOTICE

70 -- Microfilm Scanners and Workstations - Word File

Notice Date
3/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-NW-11-Q-0009
 
Archive Date
4/21/2011
 
Point of Contact
Cynthia D. Jones, Phone: 3018371860, Ann P Harrison, Phone: (301) 837-0772
 
E-Mail Address
cynthia.jones@nara.gov, ann.harrison@nara.gov
(cynthia.jones@nara.gov, ann.harrison@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
Word file of the solicitation This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Firm Fixed-Priced quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-NW-11-Q-0009 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47 effective December 13, 2010. This is an unrestricted acquisition, issued in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. The National Archives and Records Administration (NARA) intends to issue a purchase order(s) with firm fixed-priced contract line items (CLINs). EVALUATION : This is an unrestricted procurement, subject to Full and Open Competition. The Government reserves the right to issue multiple purchase orders, as well as, award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR 13.5 in conjunction with Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation and in accordance with the guidance at FAR 12.301(c)(2). A purchase order will be issued to the Contractor(s) whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this procurement will be obtained through a lowest price technically acceptable evaluation. For evaluation purposes, the firm-fixed price for each CLIN will be determined by multiplying the Unit Price by the Quantity of units, and the total fixed price will be determined by summing the firm-fixed price of all CLINs. Contractors must provide pricing for each CLIN, including any Option CLINs. The Government will only accept commercial-off-the-shelf items. Section 508 Evaluation Factors - Responses to this solicitation will only be considered for receipt of the purchase order(s) after it has been determined that the quotation adequately addresses the requirements for Section 508. Only quotations which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed Government Product/Service Accessibility Template (GPAT), VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. If the deliverable proposed in response to this solicitation includes features and functions in addition to those identified as requirements, these features and functions also need to conform to relevant Section 508 technical provisions, functional performance criteria, and information, documentation and support. The accessibility of these additional features and functions should be described in the completed GPAT. In order to facilitate a comprehensive Government evaluation, contractors quoting "Or Equal" products are required to submit itemized technical specifications for CLINs 0001 and 0002 that address each enumerated requirement of Attachment 3, Specifications. BACKGROUND: The purpose of this procurement is to purchase Integrated Digital Microfilm Scanners with Workstations for the Customer Services Division (NWCC) of the Access Program of the National Archives and Records Administration (NARA). Acquiring integrated Digital Microfilm Scanners with Workstations will allow NWCC to upgrade the services it offers the research community at the Archives I facility in Washington, D.C. NARA has more than 300,000 rolls of microfilmed copies of records, most of which to-date have never been digitized. This integrated 12-person digital microfilm scanner system will allow public researchers access to the technology and the non-digitized microfilm in one location. This system will afford researchers the option to scan the microfilm, and save the images in a variety of formats and resolutions on removable media, such as DVDs and thumb drives, or scan and print using the large paper laser printers. REQUIREMENTS : F.O.B. Destination pricing is requested for each CLIN, all delivery costs must be included in total firm fixed price. See Attachment 1, Schedule of Prices. Contractors must submit their pricing in accordance with RFQ Attachment 1, Schedule of Prices. See Attachment 3, Specifications for specifications. DELIVERY : Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. AFFIRMATION STATEMENTS : Contractors must confirm in their quote that all products quoted for CLINs 0001 and 0002 meet the Energy Star® or Federal Energy Management Program (FEMP) energy use requirements. All items quoted for CLINs 0001 and 0002 must be IPv6 compliant. Section 508 Program Need - Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "a local area network of microfilm reader/scanners with associated computers, monitors, and laser printers organized in such a manner to support genealogical research by the public at the National Archives." Section 508 Deliverable Requirements - Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the Government Product/Service Accessibility Template (GPAT). The GPAT is available upon written request. Please email your request to cynthia.jones@nara.gov. Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the GPAT. Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Microfilm readers/scanners with associated computers, monitors, and laser printers deliverables meet at least those information, documentation, and support requirements identified as applicable in GPAT. Section 508 Acceptance Criteria - Microfilm readers/scanners with associated computers, monitors, and laser printers delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Microfilm readers/scanners with associated computers, monitors, and laser printers delivered must include a completed GPAT. Contractors must complete and return RFQ Attachment 1, Required Quote Information. It is the Contractor's responsibility to ensure that NARA is not provided either counterfeit or grey market products. In the event that such IT products are determined to be counterfeit or grey market, NARA will seek all available legal remedies including criminal prosecution. Counterfeit information technology product means any item of information technology (IT), including hardware and software that is an unauthorized copy, replica, or substitute. A grey market item is an item that is original equipment manufacturer (OEM); however, the manufacturer did not intend for it to be sold in the USA. As a result manufacturers will not honor associated warranties and service agreements. Unless you, the Contractor, are authorized by the manufacturer to resell the particular items you are quoting in the USA, it is in your best interest as well as the Government's that you simply do not respond. NARA will verify with the manufacturers immediately upon order issuance that the Contractor is an authorized reseller for this buy. Any issues with the information provided by the manufacturer to the Government about the grey market status of the items must be addressed by the Contractor to the manufacturer. The Government will immediately cancel any order based on a quotation of grey market items. In an effort to further ensure NARA is receiving new, manufacturer approved OEM items and will receive the benefits of any warranties or other manufacturer guarantees, NARA requires contractors to submit with their quote proof in writing from the OEM manufacturer of their status as an authorized/certified OEM Contractor of the manufactured items. Contractors must complete and return Attachment 2, Required Quote Information, and the Government Product/Service Accessibility Template (GPAT), in order for their quotations to be considered. QUESTIONS : Questions regarding this RFQ must be submitted in writing to Ms. Cynthia Jones no later than 12:00 PM EST on March 29, 2011. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. SUBMISSION OF QUOTATIONS: Three (3) copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Ms. Cynthia Jones (NAMA-NW-11-Q-0009), 8601 Adelphi Road, Room 3400, College Park, MD 20740-6001 or e-mailed to: cynthia.jones @nara.gov. Quotations should be received by 4:00 PM ET on April 6, 2011. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant fixed price contract, with the exception of FAR provisions which will be removed prior to issuance of the order : FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010) - Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision - a copy of the provisions can be found at https://www.acquisition.gov/far/; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) -- see Attachment 4, Terms and Conditions for Addenda to this clause; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2010) - see Attachment 4, Terms and Conditions for the full text of this clause; FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.232-18, Availability of Funds (Apr 1984) - Applicable to Option CLINs 0005 through 0008. See Attachment 4, Terms and Conditions for additional applicable FAR provisions and clauses. ATTACHMENT 1 SCHEDULE OF PRICES CONTRACT LINE ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT OF ISSUE UNIT PRICE TOTAL FIRM- FIXED PRICE 0001 Digital Microfilm Scanner with 24-Inch Computer Monitor, inclusive of delivery, installation, set-up, and initial configuration (see Specifications ). 12 Each $ _______________ $ _________________ 0002 Black and White Laser Printer inclusive of delivery, installation, set-up, and initial configuration (see Specifications ). 2 Each 0003 Training, on system CLIN 0001 Not separately priced 0004 System Maintenance and Support, Base Year 1 Year $ _______________ $ _________________ 0005 System Maintenance and Support, Option Year 1 (Option CLIN) 1 Year $ _______________ $ _________________ 0006 System Maintenance and Support, Option Year 2 (Option CLIN) 1 Year $ _______________ $ _________________ 0007 System Maintenance and Support, Option Year 3 (Option CLIN) 1 Year $ _______________ $ _________________ 0008 System Maintenance and Support, Option Year 4 (Option CLIN) 1 Year $ _______________ $ _________________ TOTAL for all CLINs $_________________ NOTES 1. Total Firm-Fixed Price must include cost for shipping. 2. BRAND NAME OR EQUAL ITEMS WILL BE EVALUATED : If providing other than brand name items Contractors MUST explicitly indicate this in their quote and MUST submit itemized technical specifications-that address the enumerated requirements of the Salient Characteristics -for each quoted item, to facilitate a comprehensive Government evaluation. 3. Contractors must provide the required affirmative statements and information in order for the quotation to be considered. 4. DELIVERY SCHEDULE: Equipment - 21 calendar days after date of order. Installation - Installation will occur at a mutually agreeable time for the parties, but no later than 60 calendar days after date of order. Ship To Address: 700 Pennsylvania Avenue NW, Washington, DC 20408-0001. Mark For Information provided in 52.212-4 Addenda. ATTACHMENT 2 REQUIRED QUOTE INFORMATION STATUTORY/REGULATORY COMPLIANCE - The following items, if checked by NARA, apply to this solicitation. Contractors must confirm in their quote that all products they are quoting are new only and meet the checked items. Contractors that do not provide the required information in their quote will not be considered for receipt of the order. CONTRACTORS MUST COMPLETE, SIGN, AND RETURN THIS ATTACHMENT WITH THEIR QUOTE. IF UNABLE TO SEND THROUGH E-MAIL TO cynthia.jones @nara.gov, THEN FAX TO (301) 837-3232. X FAR PROVISION 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision - a copy of the provisions can be found at https://www.acquisition.gov/far/; X ENERGY STAR® ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED : YES____ or NO _____? X IPv6 COMPLIANT : YES____ or NO_____? X ATTACHMENT 2, GOVERNMENT PRODUCT/SERVICE ACCESSIBILITY TEMPLATE : Completed and returned with quotation: YES_____ or NO____? APPROPRIATE IT SECURITY POLICIES AND REQUIREMENTS [see http://checklists.nist.gov ] THAT MUST BE MET ARE : ________________________ X ORIGINAL EQUIPMENT MANUFACTURER (OEM) AUTHORIZED/CERTIFIED CONTRACTOR: YES_____ or NO_____? PAYMENT TERMS: DELIVERY TERMS: CLIN 0001 CLIN 0002 (Option CLIN) CLIN 0003 (Option CLIN) DELIVERY DATE/TIME - EQUIPMENT N/A DELIVERY DATE/TIME - INSTALLATION N/A N/A DELIVERY DATE/TIME - TRAINING N/A N/A NAME AND ADDRESS OF QUOTER : __________________________________________________________________________________________________________________________________________________________________________ CONTRACT INFORMATION: TELEPHONE NO. (INCLUDE AREA CODE) FAX NUMBER (INCLUDE AREA CODE) E-MAIL ADDRESS ENROLLED IN CENTRAL CONTRACTOR REGISTRATION? YES_____ or NO_____ DUNS : ___________________________ CAGE CODE : ______________________ Contractor Certification : By signing the Contractor certifies that all information provided in response to RFQ NAMA-NW-11-Q-0009, is accurate and complete. This Attachment must be returned with Contractor's Quote. PRINTED NAME: __________________________________________________________ TITLE OF SIGNER: ___________________________________________________________________ SIGNATURE OF PERSON AUTHORIZED TO SIGN: _______________________________________ ATTACHMENT 3 SPECIFICATIONS Integrated Digital Microfilm Scanner with Workstations for Public Use 1.0 INTRODUCTION The Customer Services Division (NWCC) of the Access Program of the National Archives and Records Administration (NARA) is upgrading the services it offers the research community at the Archives I facility (Washington, DC), by acquiring integrated digital microfilm scanners with workstations comprised of the following: 1.1 Microfilm digital scanner, Quantity: 12; 1.2 24-inch Flat-screen LCD Color Computer Monitor, Quantity: 12; 1.3 Black and White Laser Printer, Quantity: 2; and 1.4 System Maintenance and Support NARA has more than 300,000 rolls of microfilmed copies of records, most of which to-date have never been digitized. This integrated 12-person digital microfilm scanner system will allow public researchers access to the technology and the non-digitized microfilm in one location. This system will afford researchers the option to scan the microfilm, and save the images in a variety of formats and resolutions on removable media, such as DVDs and thumb drives, or scan and print using the large paper laser printers. 2.0 SPECIFIC REQUIREMENTS 2.1 Scanner Requirements - e-Image Data Corporation's ScanPro 2000 (Auto Scan) or Equal Product 2.1.1 Compact design (approximately 8"H x 12"W x 16"L is desirable); 2.1.2 Free of external brackets, levels, rings, and excessive wires that are exposed to the public user; 2.1.3 Must be Microsoft (MS) Windows compatible; 2.1.4 Must work with 16mm and 35mm rolled microfilm, and 90mm microfiche; 2.1.5 Zoom len(s) 7x to 54x or higher; 2.1.6 Scan at 200 dpi or higher; 2.1.7 Ability to rotate image; 2.1.8 Automatic and manual focus control; 2.1.9 High-resolution digital microform images at all magnifications; 2.1.10 Processing speed to convert analog image to viewable digital format no longer than 8 seconds at 200 dpi; 2.1.11 Firewire-supported PC-to-scanner interface; 2.1.12 Ability to save images to external media, such as thumb drives, CDs, and DVDs; 2.1.13 Capacity to save images at a minimum as PDF, JPEG, and TIFF files; 2.1.14 Ability to name images; 2.1.15 Ability to send images as e-mail attachments; 2.1.16 Automatic film advance for frame-to-frame scan and save capability; 2.1.17 Ability to mask and edit whole images or portions of images without affecting the whole image; and 2.1.18 The scanners must be connectable to the existing debit card payment system [1], a stand-alone computer, and paper-to-paper printer 2.2 Computer Monitor Requirements - Samsung BX2450 or Equal Product 2.2.1 Resolution: 1920x1080 pixels; 2.2.2 HDMI, DVI, and VGA Ports; 2.2.3 24-inch diagonal LCD screen; and 2.2.4 Screen must swivel at least 2 inches right and left 2.3 Black and White Laser Printer Requirements - Hewlett-Packard (HP) LaserJet 5200dtn or Equal Product 2.3.1 Printer must hold ledger-size paper (11" x 17"); 2.3.2 Paper trays must hold 350 sheets or more of 20# copier paper; 2.3.3 Number of trays: 2 or more; 2.3.4 The toner type must be laser ink and black in color; 2.3.5 Printer software must be MS Windows compatible; 2.3.6 Ability to operate with the digital microfilm scanners in section 2.1 above 2.3.7 Ability to operate with the General Meters debit card system currently in use at NARA'S Archives I (Washington, DC) and Archives II (College Park, MD) locations 2.3.8 Warm up time: 45 seconds or less; 2.3.9 First Page out: 10 seconds or less; 2.3.10 Pages printed per minute: 35 or more; 2.3.11 Maximum print resolution: 1200x1200 dpi; 2.3.12 Minimum printer languages: pc15, 6, PS3; 2.3.13 Toner yield: 12,000 pages with 5% coverage; and 2.4 System Maintenance and Support 2.4.1 Provide regular on-site maintenance and repairs in accordance with manufacturers' specifications for the digital microfilm scanners, monitors, and printers outlined respectively in sections 2.1, 2.2, and 2.3 above 2.4.2 One (1) 12-month base year plus four (4) 12-month option years 2.4.3 An 8-hour response time to service calls; next business day, on-site service 3.0 PHYSICAL LAYOUT AND CONFIGURATION 3.1 The Contractor shall set-up/install the equipment in library-style carrels. The Government will remove the microfilm readers that currently occupy these spaces. 3.2 Each of the (12) digital microfilm scanners, each with its own personal computer [2] and monitor, will be networked to two laser printers (section 2.3 above) 3.3 This integrated 12-person digital microfilm scanner system also must connect to a pre-existing debit card payment system [3] ATTACHMENT 4 TERMS AND CONDITIONS The following clauses and provisions are incorporated and will remain in full force in any resultant firm-fixed price purchase order(s) : I. FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS A. FAR 52.211-6, Brand Name or Equal (Aug 1999) The following provision is applicable to CLINs 0001 and 0002, for the IT equipment that is the subject of this solicitation. Contractors must clearly demonstrate equality if quoting other than Brand Name for CLINs 0001 and 0002. (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of FAR provision 52.211-6). B. FAR 52.225-6, Trade Agreements Certificate (Jan 2005) a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products [List as necessary]: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation. C. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address: https://www.acquisition.gov/far/index.html. II. ADDENDA to FAR 52.212-4 A. GOVERNMENT CONTRACT SPECIALIST The Contract Specialist assigned to this order/contract is: Cynthia Jones, Contract Specialist Telephone: (301) 837- 1860 Email: cynthia.jones@nara.gov B. MARK FOR INFORMATION Contractor must include the following information clearly on shipping container address label: Award Number: tbd Accepting POC: tbd, Code: tbd Room: tbd C. INVOICE SUBMISSION REQUIREMENTS 1. All original invoices submitted for payment shall be sent electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel Files are the preferred format; however, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid 2. If electronic invoices are not possible a) Original invoices shall be sent to: ARC/ASD/NAR Avery Street 3-F Bureau of the Public Debt P.O. Box 1328 Parkersburg, WV 26106-1328 b) One copy to the Contract Specialist (identified above). c) One copy to: National Archives and Records Administration Attn: tbd, Code: t bd Room: tbd Email: tbd@nara.gov For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-7000 3. The contractor's invoice shall include the following information and/or attached documentation: (a) Name of the business concern and invoice date; (b) The complete contract number and/or delivery/task order number preceded by the letters NAMA; (c) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number(s); (d) Payment terms; (e) DUNS number; (f) Taxpayer's Identification Number (TIN); (g) Government Fund Cite; and (h) Government Organization ordering the items 4. All invoices for services must be submitted on a monthly basis. Invoices for supplies should not be submitted until the supplies have been received and accepted by the Government. 5. All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award. III. 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (SEPT 2010) (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: [ Contracting Officer check as appropriate. Marked with X below and bolded. ] _ X_ (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.) _ X_ (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). _X_ (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 (Jan 1999) ( 15 U.S.C. 657a ). __ (8) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns ( July 2005) (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. _X_ (12) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)). __ (13)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2010) ( 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. __ ­(14) 52.219-14, Limitations on Subcontracting (Dec 1996) ( 15 U.S.C. 637(a)(14) ). __ (15) 52.219-16, Liquidated Damages-Subcontracting 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 ). _X_ (20) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). _ X_ (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _ X_ (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 ). _X_ (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.) _X_ (31) 52.223-15, Energy Efficiency in Energy-Consuming Products ( Dec 2007 ) (42 U.S.C. 8259b). _X_ (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. _X_ (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. _X_ (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: [ Contracting Officer checks as appropriate. Marked with X below and bolded. ] __ (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. IV. ADDITIONAL APPLICABLE FULL-TEXT FAR CLAUSES A. FAR 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. B. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years six (6) months. C. FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) This order incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html. V. ADDITIONAL CLAUSES A. NARA Keep Your Hard Drive In accordance with NARA policy, NARA will take title to all electronic storage devices, including but not limited to hard drives that may contain Personally Identifiable Information (PII). NARA will not allow the removal of any electronic storage device that may contain PII data from its facilities by a contractor, including individuals performing maintenance on equipment, devices or systems. This provision applies even in the event the equipment is leased. NARA will handle the destruction of this hardware internally. This provision must flow down to all subcontracts, including those for maintenance. If the Contractor comes into possession of an electronic storage device that may contain PII, the Contractor will immediately notify the Contracting Officer and return the electronic storage device to NARA. Contractor will protect the confidentiality of the electronic storage device and will not access, disclose, release, disseminate, or publish any of the information on the electronic storage device." [1] General Meters debit card system [2] The Government-furnished [3] General Meters debit card system currently in use
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-NW-11-Q-0009/listing.html)
 
Place of Performance
Address: 700 Pennsylvania Avenue, NW, Washington, District of Columbia, 20408, United States
Zip Code: 20408
 
Record
SN02407778-W 20110325/110323234719-33d9d19d22bcd1dc57917af1802ca48b (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.