Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOLICITATION NOTICE

28 -- PURCHASE AND INSTALL TWO OUTBOARD ENGINES FOR FIREFIGHTING RESCUE BOAT

Notice Date
7/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112Q0258
 
Response Due
7/27/2012
 
Archive Date
8/11/2012
 
Point of Contact
Nancy Peterson 910-451-1582 Doreen Rook
 
Small Business Set-Aside
Total Small Business
 
Description
SEE COMPLETE SYNOPSIS IN THE ATTACHMENT THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. Solicitation number M6700112Q0258 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-58 18 May 2012. This procurement is SET ASIDE 100% FOR SMALL BUSINESS. The associated North American Industrial Classification System (NAICS) code for this requirement is 333618, and the small business size standard is 1,000 employees. This requirement is being procured utilizing FAR Part 13 procedures. This procurement is for the purchase and installation of two outboard engines for a firefighting rescue boat at Camp Lejeune, NC. This is a BRAND NAME OR EQUAL procurement. The manufacturer's name, model numbers and part numbers in this solicitation have been provided to describe equipment deemed minimally capable of satisfying the Government's requirement. Manufacturer's names, model numbers, and part numbers are provided only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand that fulfills the Government's need. Quotes for equal items shall include a complete description of quoted item, with any applicable warranty information, product literature and pictures. Contractor shall provide offered part number and manufacturer name in the quote. 1. SCHEDULE OF ITEMS CLIN #0001: Engine, four stroke, four cylinder, right hand rotation, 150HP MANF: YAMAHAP/N: F150XA QTY: 1 EACH UNIT PRICE: __________ EXT PRICE: ________________ CLIN #0002: Engine, four stroke, four cylinder, left hand rotation, 150HP MANF: YAMAHAP/N: LF150XA QTY: 1 EACH UNIT PRICE: ___________ EXT PRICE: _________________ CLIN #0003: Dual engine binnacle control MANF: YAMAHAP/N: 704-48205-P1 QTY: 1 EACH UNIT PRICE: ___________ EXT PRICE: ________________ CLIN #0004: Main engine harness MANF: YAMAHAP/N: 6K1-8285A-40 QTY: 2 EACH UNIT PRICE: ___________ EXT PRICE: ________________ CLIN #0005: Command Link Dual Key Switch Panel MANF: YAMAHAP/N: 6Y8-82570-03 QTY: 1 EACH UNIT PRICE: ___________ EXT PRICE: ____________________ CLIN #0006: Teleflex shift throttle cables MANF: TELEFLEXP/N: T FLEX S T QTY: 4 EACH UNIT PRICE: ___________ EXT PRICE: ____________________ CLIN #0007: Command Link Twin Engine, 4 guage kit. Kit includes: 2 tachometers, 1 spedometer, 1 fuel management guage and all harness and connections to connect engines MANF: YAMAHAP/N: 6Y8-WE83S-20 QTY: 1 EACH UNIT PRICE: ___________ EXT PRICE: ____________________ CLIN #0008: Main bus harness, rear hub to front hub MANF: YAMAHA P/N: 6Y8-82553-50 QTY: 1 EACH UNIT PRICE: ___________ EXT PRICE: ____________________ CLIN #0009: Pigtail bus harness, front hubs to gauges MANF: YAMAHAP/N: 6Y8-82521-21 QTY: 4 EACH UNIT PRICE: ___________ EXT PRICE: ________________ CLIN #0010: Stainless steel prop, 15-1/4 ť X 19 ť SALTWATER SERIES II MANF: YAMAHAP/N: 6D0-45970-00 QTY: 1 EACH UNIT PRICE: ___________ EXT PRICE: ____________________ CLIN #0011: Stainless steel prop, 15-1/4 ť X 19 ť SALTWATER SERIES II MANF: YAMAHAP/N: 6D1-45970-00 QTY: 1 EACH UNIT PRICE: ___________ EXT PRICE: ____________________ CLIN #0012: Fuel filter assemblies, 10-micron MANF: YAMAHA P/N: MAR-SEPAR-AT QTY: 2 EACH UNIT PRICE: ___________ EXT PRICE: ____________________ CLIN #00013: Labor to de-install existing engines/equipment and install new engines/equipment QTY: 1 EACH UNIT PRICE: ___________ EXT PRICE: ____________________ QUOTE TOTAL: $________________ 2. STATEMENT OF WORK PURCHASE AND INSTALL OF REPLACEMENT ENGINES CAMP LEJEUNE FIRE AND EMERGENCY SERVICES RESCUE BOAT, RESCUE 3 The Camp Lejeune Fire and Emergency Services has a requirement to replace the 2 outboard engines for Rescue 3, a 25 ft Boston Whaler rescue and fire fighting boat. The boat is currently experiencing continual mechanical issues with the engines that render it ineffective as an emergency response watercraft. The current engines are Mercury 150 Horsepower Saltwater models. The weight of these engines is 480 lbs each. The scope of work for this project is to de-install the current engines, controls, gauges, associated wiring and components. Provide and install new engines, controls, gauges, associated wiring and components per specifications listed below. The replacement engines are to be 150 Horsepower, Four Stroke, 4 cylinder, Yamaha F150 Offshore or equivalent. The salient characteristics of the replacement engines must meet the requirements of weight, horsepower, warranty and emission control ratings. The weight of the current engines is 480 lbs each therefore the new engines can weigh no more than 480 lbs each. Weight limitations on this boat must be observed as the search and rescue and dive mission require personnel and equipment to be carried on the boat safely, additional weight would compromise the safety of the crews. Additional requirements for the engines are to provide a high output alternator with electric charging output no less than 35 amperes. Wide open throttle range 5000-6000 RPM, Fuel/Induction system: DOHC Fuel Injection VCT. The engine lubrication is to be a wet sump type. Provide a preferred fuel octane rating of 87 and a California Air Resources Board (CARB) emission rating of no less than 3 stars. The weight of each engine can be no more than 480 lbs. Provide 10 micron fuel filter assemblies mounted to the boat for each engine. Each engine is to have corrosion protection and power trim and tilt with external tilt switch. Provide freshwater flush installed on each engine. Provide Stainless steel propellers for each engine size 15-1/4 ť X 19 ť. The engines shall be counter rotating for twin engine installation. Provide digital multi function electronic gauges, command link controls, binnacle mount with all necessary linkage and wiring to include engine stop switch lanyard. A minimum 3-year limited warranty is required. The pricing for the scope of work is to include de-installation of existing engines and controls as well as installation of new engines, gauges and control systems. The de-installed engines and equipment are to be returned to the Camp Lejeune Fire and Emergency Services. 3.Evaluation and Basis for Award: Award will be made to the lowest-priced technically acceptable quote. The Government intends to make a single firm-fixed price award to satisfy the requirement. Technical acceptability will be determined by meeting the CLIN specifications and delivery requirement. This solicitation is ALL OR NONE. 4.Pricing Quote Submission: 1. The Government will conduct the price evaluation required by FAR 13. a. The Contractor ™s submitted price quote must reflect the unit prices and extended/overall amounts. b. All submitted pricing must be actual śface-value ť pricing, having already accounted for any discounts offered and extended to the Government. All quotes submitted shall be Contractor ™s best price. 5.Delivery: 1. The Contractor shall pick up the boat from the Government within 14 calendar days after award, and return it to the Government after services are completed. All work is to be performed at the contractor ™s facility, and shall be completed within 30 days after the boat is at the contractor ™s facility. 6.Clauses and Provisions FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions incorporated 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 addresses: http://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dars/dfars.index.htm Provisions incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation “ Commercial Items FAR 52.212-3 Offeror Representations and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items Clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.209-6 Protecting the Government ™s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6 Brand Name or Equal FAR 52.211-17 Delivery of Excess Quantities FAR 52.212-1 Instructions to Offerors “ Commercial Items FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52-223-6 Drug-Free Workplace FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52-242-15 Stop-Work Order FAR 52-243-1 Changes “ Fixed-Price FAR 52.244-6 Subcontracts for Commercial Items FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.204-7004 Alt A Central Contractor Registration (FAR 52.204-7) Alternate A DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.243-7001 Pricing of Contract Modifications Provisions and Clauses Incorporated By Full Text FAR 252.211-7003 Item Identification and Valuation. As prescribed in 211.274-6(a), use the following clause: ITEM IDENTIFICATION AND VALUATION (JUN 2011) (a) Definitions. As used in this clause ” śAutomatic identification device ť means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. śConcatenated unique item identifier ť means ” (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. śData qualifier ť means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. śDoD recognized unique identification equivalent ť means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. śDoD unique item identification ť means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. śEnterprise ť means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. śEnterprise identifier ť means a code that is uniquely assigned to an enterprise by an issuing agency. śGovernment ™s unit acquisition cost ť means ” (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor ™s estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor ™s estimated fully burdened unit cost to the Government at the time of delivery. śIssuing agency ť means an organization responsible for assigning a globally unique identifier to an enterprise (i.e., Dun & Bradstreet ™s Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/ Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/web/Normen-ontwikkelen/ISOIEC-15459-Issuing-Agency-Codes.htm. śIssuing agency code ť means a code that designates the registration (or controlling) authority for the enterprise identifier. śItem ť means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. śLot or batch number ť means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. śMachine-readable ť means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. śOriginal part number ť means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. śParent item ť means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. śSerial number within the enterprise identifier ť means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. śSerial number within the part, lot, or batch number ť means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. śSerialization within the enterprise identifier ť means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. śSerialization within the part, lot, or batch number ť means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. śUnique item identifier ť means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. śUnique item identifier type ť means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Government ™s unit acquisition cost is $5,000 or more. (ii) The following items for which the Government ™s unit acquisition cost is less than $5,000: Contract Line, Subline, or Exhibit Line Item NumberItem Description ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number ____. (2) The unique item identifier and the component data elements of the DoD unique item identification shall not change over the life of the item. (3) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that ” (i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology “ EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology “ EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology “ Transfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identifier. (i) The Contractor shall ” (A) Determine whether to ” (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent; and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule. (ii) The issuing agency code ” (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government ™s unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/pdi/uid/data_submission_information.html. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s). (End of clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items (Apr 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: [Contracting Officer check as appropriate.] ___ (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 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _ __ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (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 ™ 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] _X__ (10) (i) 52.219-6, Notice of Total Small Business 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 (July 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 (Dec 2010) (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 Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (21) 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). ___ (22) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). _X_ (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (24) 52.222-19, Child Labor ”Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (25) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (27) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X_ (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (29) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _ __ (30) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (31) 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.) ___ (32) (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.) ___ (33) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (34) (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_ (35) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). ___ (36) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (37) (i) 52.225-3, Buy American Act “Free Trade Agreements “ Israeli Trade Act (Jun 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, 108-301, 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. ___ (38) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (39) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. ™s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (40) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (41) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (42) 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)). ___ (43) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (44) 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (45) 52.232-34, Payment by Electronic Funds Transfer ”Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (46) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (47) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).___ (48) (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 check as appropriate.] _ _ (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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0258/listing.html)
 
Record
SN02811145-W 20120722/120721000426-991edc5a8df766576cc13e5fbb9b7f67 (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.