SOLICITATION NOTICE
S -- Crystal Basin & Hwy 50 Corridor Vault Toilet Pumping - Attachment 1 Schedule B.
- Notice Date
- 4/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of Agriculture, Forest Service, R-5, Central CA Acquisitions Service Area, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250, United States
- ZIP Code
- 95959-2250
- Solicitation Number
- AG-9A63-S-14-0042
- Archive Date
- 5/6/2014
- Point of Contact
- OLaine T. Martinez, Phone: 5304786823, Traci Lin Schrader, Phone: 5304786125
- E-Mail Address
-
tracymartinez@fs.fed.us, tschrader@fs.fed.us
(tracymartinez@fs.fed.us, tschrader@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Capabilitities Sheet Schedule B. The Department of Agriculture, US Forest Service, Central California Acquisition Services Area, El Dorado National Forest has a vault Toilet pumping and cleaning. This is a combined / 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; quotes are being requested and a written solicitation will not be issued. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://acquisition.gov/far. This is solicitation no.AG-9A63-S-14-0042, a Request for Quotations (RFQ) and is a 100% Total Small Business Set-Aside. The NAICS code is 562991 - Septic Tank and Related Services. The size requirement for this NAICS code is $7 million. The government intends to award a Firm Fixed Price Contract with a Base and two option years. Closing date of Solicitation is 21 April 2014 at 4:00 pm. Projected Award Date is 25 April 2014 B.1 Crystal Basin and Highway 50 Corridor Vault Toilet Base year: ____________ Option year 1: ____________ Option year 2: ____________ Total: ____________ AS PER THE GENERAL SPECIFICATIONS IN ATTACHMENT 1 AND THE FOLLOWING ADDITIONAL REQUIREMENTS: GENERAL: The intent of this contract is to pump vault toilet facilities (66) within the Pacific and Placerville Ranger Districts B-1.2 Contractor Responsibility: The Contractor shall provide everything--including, but not limited to, all equipment, supplies, transportation, labor, and supervision--necessary to complete the project, except for that which the contract clearly states is to be furnished by the Government. B-1.3 Estimated Start Date & Contract Time The estimated start date for Base year is 05/1/2014. There are 2 Optional years, period of performance approximately April thru September, 2015, and 2016. B-1.4 Licenses and Insurance: The contractor shall obtain the insurance and licenses listed here; (see also Section L, Notices to Offerors and Respondents). Other: Worker's Compensation Insurance: The Contactor shall provide evidence of Worker's Compensation Insurance or a written explanation as to why the Contractor is exempt from the requirement. NOTE: The Contractor working alone is not required to carry the insurance. B.2 Definitions: Policing Area means checking an area thoroughly for debris, litter or other foreign matter over one inch in size, and properly disposing of it. DESCRIPTION OF SERVICES C.1. The intent of this contract is to pump vault toilet facilities (66) within the Pacific and Placerville Ranger Districts. Pump each individual site, remove and dispose of all effluent, and to clean all spilled materials (as a result of pumping and related activities) inside and/or surrounding each toilet building. Frequency of toilet pumping will be conducted on a "as needed basis". Some areas will be pumped several times in the season while others will only be pumped fewer times depending on usage. DELIVERY LOCATION: C. 1-2 Project Location & Description Location: The project is located on Eldorado National Forest, Pacific Ranger and Placerville Ranger District. The following are the locations on Pacific Ranger District Crystal Basin Recreation Area (25 miles east northeast from Placerville, CA): Northshore and Red Fir Campgrounds are located approximately 22 miles north of Crystal Ranger Station along the Ice House Road. The legal location is Township 13N., 15E., Section 5, M.D.M. Loon Lake Chalet is located approximately 20 miles north of Crystal Ranger Station along the Ice House Road. The legal description is Township 13N., 15E., Section 7, M.D.M. Angel Creek Day Use Area and Airport Flat Campground are located approximately 15 miles north of Crystal Ranger Station along Ice House Road. The legal location are Township 13N., 14E., Sections 11 and 15, M.D.M. South Fork campground is located approximately 13 miles north of Crystal Ranger Station along the South Fork Loop Road. The legal description of this location is Township 13 N., 14 E., Section 27, M.D.M. Tells Creek Campground is located approximately 14 miles north east of Crystal Ranger Station along Cheese Camp Rd. The legal location is Township 13.N., 15 E., Section 32 M.D.M West Point Boat Ramp and Campground are located approximately 15 miles northwest of Crystal Ranger Station along Union Valley Road. The legal location is Township 12N., 14E., Section 19, M.D.M. Camino Cove Campground is located approximately 11 miles northwest of Crystal Ranger Station along the Union Valley Road. The legal location is Township 12 N., 14E., Section 17, M.D.M. Big Hill Lookout is located approximately 3 miles west of the Crystal Ranger Station on Big Hill access road (paved FS road 11 N 58). The legal description is Township 12 N., 14 E., Section 33, M.D.M. Azalea Cove and Lone Rock Campgrounds are located approximately 3 miles northwest of the Crystal Ranger Station, north of Sunset Campground on the paved bike trail (vehicles permitted for cleaning). The legal description is Township 12 N., 14 E., Section 22, M.D.M Big Silver Campground is located approximately 4 miles north of Crystal Ranger Station along Ice House Road. The legal description of this location is Township 12N., 14E., Section 23, M.D.M. Jones Fork Campground is located approximately 2 miles north of Crystal Ranger Station along Ice House Road. The legal description of this location is Township 12N., 14E., Section 26, M.D.M. Strawberry and Northwind Campgrounds are located approximately 5 miles southeast of Crystal Ranger Station along the Wrights Lake Tie Road. The legal description of this location is Township 11 N., 15E., Section 6, M.D.M. Wrights Lake Recreation Complex: Wrights Lake Campground, Twin Lakes and Rockbound Trailheads are located approximately 31 miles northeast of Pacific Ranger Station on Wrights Lake Road. The legal description is Township 12N., Range 16E., Sections 32 and 33, M.D.M. HWY 50 Corridor: Location: The following are the locations on Placerville Ranger District. Sites are located within 1½ miles of the community of Strawberry in the Highway 50 corridor (Strawberry is approximately 42 miles east of Placerville, CA). Lovers Leap campground is located approximately 28 miles east of Pollock Pines on HWY 50. The legal description is 11 N., 17 E., Section 18, M.D.M. Pyramid Creek Trailhead is located approximately 31 miles from Pollock Pines on HWY 50. The legal description is Township 11 N., 17 E., Section 8, M.D.M. Elkins Flat Take Highway 50 from Placerville - travel east 13.0 miles, turn right on Sly Park Road and travel 5.0 miles, turn left on Mormon Emigrant Trail (just past Jenkinson Lake) and travel 10 miles, turn right on North South Road and travel 12.5 miles to Plummer Ride and OHV route 31. This is the first access to the Elkins Flat Trail System. Continue on North South Road for an additional 4.5 miles to reach Elkins Flat and the staging area. Highway 88 from Jackson - travel east 27.0 miles, turn left onto Omo Ranch Road and travel 0.7 mile. Turn right on North South Road and travel 7.0 miles to Elkins Flat. The legal description is T9N R14E Section 33. M.D.M. Description: West Point, Big Silver Campground (2 single units), Lone Rock, Tells Creek Campgrounds, Big Hill Lookout, Caples Creek Trailhead, Pyramid Creek, Twin Lakes, and each have one toilet building with one compartment each. Strawberry, Northwind, Rockbound Trailheads (one building with two compartments) and Jones Fork Campgrounds, Indian Springs Picnic Area, West Point Boat Ramp, Angel Creek Day Use Area, Loon Lake Chalet, North Shore and Red Fir Campgrounds each have one toilet building with two compartments each. Airport Flat and Camino Cove Campgrounds each have three toilet buildings with one compartment each. Lovers Leap Campground and Azalea Cove Campground has two buildings with one compartment each. South Fork Campground and have two toilet buildings with two compartments each. Pyramid Creek Trailheads has one toilet building with two toilets and one building with one compartment. Exclusions (non-work areas): NOT APPLICABLE Accessibility: All facilities are expected to be accessible by two wheel drive vehicles upon suggested contract start date. C-1.3 Restrictions on Work: Work may be performed at any time during the period of the contract, except as outlined here. Nothing in this part shall be construed to take away any of the Government's rights under the Suspension of Work Clause (52.242-14). Restrictions are as follows:Any prospective contractor desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing from the Contracting Officer soon enough to allow a reply to reach all prospective contractors before the solicitation closing date. Oral explanations or instructions given before the award of a contract will not be binding. C-1.4 Quality Control The contractor shall implement a quality control program to assure the performance standards in the contract are being consistently met or exceeded. A written quality control plan addressing all aspects of the contractor's custodial operations and procedures will be provided to the Contracting Officer within 10 days after start of contract. The plan shall also describe how the contractor will utilize its quality control to foster optimum customer service C-1.5 Bio-based products that are designated for preferred procurement under USDA's Bio-Preferred program must meet the required minimum bio-based content as stated in the USDA Final Rule available at www.biopreferred.gov. The Contractor should provide data for their bio-based products such as bio-based content. Products can also be found and compared at http://www.greenseal.org/findaproduct/index.cfm or comparable sites. In addition to the bio-based products designated by the U.S. Department of Agriculture in the Bio-Preferred Program, the Contractor is encouraged to use other bio-based products. The Contractor shall submit with the initial proposal a complete list of bio-based products, indicating the name of the manufacturer, cost of each material, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract. The Contractor shall list volume to be used and total cost for each individual product. This information will be used for reporting purposes. The Contractor shall comply with the provision at FAR 52.223-1, Bio-based Product Certification. C-1.6 Quality Assurance Plan. Toilet Pumping Duties (Shall be performed as part of each service trip) 1. Removal of all materials including human waste, trash, and debris. 2. Toilet building floors shall be cleaned of all spilled material using a ten percent disinfectant approved by the Government. Floors and surrounding areas shall be free of standing water. 3. Ceilings and other surfaces are free of cobwebs 4. Toilet risers, seats and lids shall be free of spilled materials and deposits. Toilet, riser, seats shall be Cleaned using disinfecting solution approved by the government - 5. Walls be cleaned by hand (pressure washer is not to be used) as needed to remove deposits. 6. Trucks and/ or pumping supplies shall not be rinsed or cleaned on National Forest land. 7. Should any release of septic material occur, the contractor is responsible for immediately notifying the contracting officer's representative and the contracting officer. Should any release of septic materials of 5 gallons occur, it is the contractors' responsibility to immediately contact the appropriate Hazardous Materials officials for remediation and immediately contact Camino Dispatch (530) 642-5170, for required actions. 8. Complete the field operations invoice stating how many gallons and trash bags were removed from the corresponding location. Also see USDA "Cleaning Recreation sites" manual #2300 - Recreation, December 1995, 9523 1206-SDTDC C-1.7 Personnel: The Contractor shall provide personnel who are qualified to use the Contractor's equipment and who's appearance is clean and orderly. Personnel not acceptable to the Government shall, upon written notice by the Contracting Officer, be replaced with satisfactory personnel within 48 hours after such written notice. C-1.8 Hours and Frequency of Work: 1. Orders will be issued by FAX to the Contractor's office. 2. The Contractor will provide date and time when work will start 3. The Contractor will meet a government inspector at a specified location and time. 4. A Government representative shall be present to verify completion of work and to complete Order/Invoice. 5. Payment will not be made unless Government representative is present 6. All invoices must be submitted through IPP (Invoice Platform Process). 7. Work under this contract shall be performed between the hours of 7:00a.m. and 6:00 p.m. 8. Toilets shall be serviced within 5 calendar days following request. 9. Services shall be performed as directed by the Contracting Officer's Representative as needed. C-1.9 Public Safety: All Contractor supplied equipment will be safe for use in public areas and will not leak any oil or other vehicle fluids or any effluent from hoses, fittings, or tank. The Contractor will place hazard cones when working in the toilets and impeding vehicular traffic GOVERNMENT CONTACT TECHNICAL: Hazel Alizaga, halizaga@fs.fed.us, (916) 390-3969. GOVERNMENT CONTACT CONTRACT: O'Laine Martinez, tracymartinez@fs.fed.us (530)478 6823 SUBMISSION OF QUOTES: The response due date is Monday, April 21th, 2014 before 1600 HRS PST. Quotes may be: (1)Emailed to O'Laine Martinez, tracymartinez@fs.fed.us, it is the contractor's responsibility to obtain confirmation receipt. Contact O'Laine Martinez (530) 478-6823 delivery receipt. Delivery via Facsimile to 530-478-6126. (2) Backup alternate for confirmation only tschrader@fs.fed.us. (3) Quotes may be mailed/hand carried to Tahoe National Forest, attention Tracy Martinez, Contracting Officer, 631 Coyote Street, Nevada City, CA 95959 The minimum information required in the quote is as follows: (1) Solicitation No.; (2) Company Name, POC Name, Address, Phone, Email on company business letterhead or form. (3) Detailed Pricing, including any delivery charges, excise tax or other fees See Attachment 1 Schedule B. (4) Detailed specifications addressing all government requirements. (Reps and Certs & capabilities document) (5) Delivery time upon receipt of order (6) Active account in SAM (7) AGAR 452.209 -70 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction (deviation 2012-01) alternate 1 (FEB 2012) (8) Acknowledgement of any Solicitation amendments PLEASE NOTE: Multiple quotes of different machines models are acceptable EVALUATION: Quotes shall be evaluated as follows: Award will be made to the responsible offeror whose offer conforming to the solicitation is determined to be most advantageous to the government based on an evaluation of the following factors: price, relevant experience, past performance, staffing plan, quality control plan, and planned use of biobased products. Responsible sources may submit an offer which will be considered by the government. In accordance with FAR 4.1102(a), prospective contractors must be registered in the System for Award Management (SAM) database prior to award of a contract. Lack of registration in SAM on the part of the offeror will render an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by visiting www.sam.gov PROVISIONS AND CLAUSES: (a) The contractor shall comply with the following FAR clauses (current revision) which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: (full text of all provisions and clauses to be found at: http://acquisition.gov/comp/far/loadmainre.html ) The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular 2005-057, effective March 15, 2012. 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013) 52.212-3 Offeror Representations and Certifications--Commercial Items (Nov 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (Sept 2013) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2014) (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)). __X_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 (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 2013) (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) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (12) 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). __ (13) [Reserved] X__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(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. __ (16) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (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. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21)(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. __ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (23) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). __ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). X__ (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). X__ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X__ (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). X__ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). __ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (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.) __ (37)(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.) __ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (39)(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__ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (41) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (42)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Nov 2012) of 52.225-3. __ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (44) 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). __ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (48) 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)). __ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (52) 52.232-36, Payment by Third Party (Jul 2013) (31 U.S.C. 3332). __ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (54)(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.] X__ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). X__ (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.). X__ (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) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O.13495). __ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (9) 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 (Jul 2013) (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) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (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 (Aug 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 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. (xv) 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. 52.223-1 Biobased Product Certification. (May 2012) As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 3201, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements. The Contractor shall comply with the clause at FAR 52.223-2, Affirmative Procurement of Bio-based Products Under Service and Construction Contracts. _X__52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (Sept 2013) FAR 52.204.9 Personal Identity Verification of Contractor Personnel (2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment (3) Upon contract completion or termination (c) The Contracting Officer may delay final payment under a contract if the Contractor fail to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d) in all subcontracts when the subcontract's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 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 _____ [insert the period of time within which the Contracting Officer may exercise the option]. (End of clause) 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 [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 5 Years (months) (years). (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond September 30, 2014. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2014, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. AGAR 452.209 -70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) ALTERNATE 1 (FEB 2012) (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9A63-S-14-0042/listing.html)
- Place of Performance
- Address: Placerville Ranger District, 4260 Eight Mile Road, Camino, California, 95707, United States
- Zip Code: 95707
- Zip Code: 95707
- Record
- SN03325233-W 20140403/140401234351-9b7bec97bc9e19e65c690bd97d792cc0 (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 |