SOLICITATION NOTICE
D -- TELEVISION SERVICES
- Notice Date
- 4/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 515210
— Cable and Other Subscription Programming
- Contracting Office
- Department of the Navy, United States Marine Corps, MCAS Miramar, PO Box 452007, San Diego, California, 92145-2007, United States
- ZIP Code
- 92145-2007
- Solicitation Number
- M6786514t0015
- Archive Date
- 5/6/2014
- Point of Contact
- Hillary - Guillot, Phone: 858-577-1922
- E-Mail Address
-
hillary.guillot@usmc.mil
(hillary.guillot@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial service 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 solicitation; quotes are being requested, and no other written solicitation will be issued. M6786514T0015 is issued as a Request for Quotation (RFQ). The NAICS code is 515210. Offerors shall provide descriptive literature for proposed services. The lack of descriptive literature will result in offer deemed non-responsive. The agency is in need of television services for multiple locations aboard Marine Corps Air Station Miramar. Service will be requested to begin within 30 days after contract award. ITEM NO: 0001 SUPPLIES/SERVICES: TELEVISION SERVICES QUANTITY: 12 UNIT: Months UNIT PRICE: AMOUNT: CONTRACTOR TO PROVIDE TELEVISION SERVICES FOR MAG 11, 3RD MARINE AIRCRAFT WING, LOCATED ABOARD MCAS MIRAMAR, SAN DIEGO, CA. FOB: Destination PURCHASE REQUEST NUMBER: M0001114SS00008 NET AMT ITEM NO: 1001 OPTION SUPPLIES/SERVICES: TELEVISION SERVICES QUANTITY: 12 UNIT: MONTHS UNIT PRICE: AMOUNT: CONTRACTOR TO PROVIDE TELEVISION SERVICES FOR MAG 11, 3RD MARINE AIRCRAFT WING, LOCATED ABOARD MCAS MIRAMAR, SAN DIEGO, CA. FOB: Destination NET AMT ITEM NO: 2001 OPTION SUPPLIES/SERVICES: TELEVISION SERVICES QUANTITY: 12 UNIT: MONTHS UNIT PRICE: AMOUNT: CONTRACTOR TO PROVIDE TELEVISION SERVICES FOR MAG 11, 3RD MARINE AIRCRAFT WING, LOCATED ABOARD MCAS MIRAMAR, SAN DIEGO, CA. FOB: Destination NET AMT ITEM NO: 3001 OPTION SUPPLIES/SERVICES: TELEVISION SERVICES QUANTITY:12 UNIT: MONTHS UNIT PRICE: AMOUNT: CONTRACTOR TO PROVIDE TELEVISION SERVICES FOR MAG 11, 3RD MARINE AIRCRAFT WING, LOCATED ABOARD MCAS MIRAMAR, SAN DIEGO, CA. FOB: Destination NET AMT ITEM NO: 4001 OPTION SUPPLIES/SERVICES: TELEVISION SERVICES QUANTITY: 12 UNIT: MONTHS UNIT PRICE AMOUNT CONTRACTOR TO PROVIDE TELEVISION SERVICES FOR MAG 11, 3RD MARINE AIRCRAFT WING, LOCATED ABOARD MCAS MIRAMAR, SAN DIEGO, CA. FOB: Destination MILSTRIP: M0001114SS00008 NET AMT INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY ALL Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 12 M00011 MARINE AIRCRAFT GROUP 11 SAN DIEGO CA 92145-2039 858 577-XXXX FOB: Destination M00011 1001 12 (SAME AS PREVIOUS LOCATION) FOB: Destination M00011 2001 12 (SAME AS PREVIOUS LOCATION) FOB: Destination M00011 3001 12 (SAME AS PREVIOUS LOCATION) FOB: Destination M00011 4001 12 (SAME AS PREVIOUS LOCATION) FOB: Destination M00011 STATEMENT OF WORK SCOPE OF WORK This is in anticipation of a non-personal firm fixed price contract for television services for Marine Corps Air Station Miramar. 1.0. GENERAL REQUIREMENTS Scope of Work. The Contractor shall provide Television services (remote continuous feed) to Government facilities in the form of a "Basic or Extended package" that will meet the Government's minimum Television requirements for the performance of its official duties. The Contractor shall provide non-personal services including all management, supervision, personnel, transportation, tools, materials and other items and services necessary to construct, operate, and maintain a television system for Station facilities at Marine Corps Air Station, San Diego, CA in accordance with provided Statement of Work. 1.2. Channel Capacity. The Contractor shall provide the government with a Basic Tier, and Extended Tier of service option packages to select from. However, at a minimum, each package must include the following Television Broadcast Stations: 1.2.1. 24-hour News and Weather Channel (CNN, HLN, FOX News, CNBC, MSNBC) 1.2.2. Public Broadcast Services 1.2.3. Local Major Networks and Superstations (FOX, CW, ABC, CBS, NBC, KUSI) 1.2.4. Local government televised meetings 1.2.5. C-SPAN 1.2.6. Pentagon Channel 1.3. The television system shall consist of a "Basic or Extended package" of channels at a minimal, reasonable cost for Government facilities. 1.4. The Contractor shall install, operate, and maintain a television system for 34 drops (locations) in 6 buildings on the installation in accordance with the terms, conditions, and standards. 1.5. Channel Restrictions. The Contractor is prohibited from providing any channel that displays programs with an unedited R (Restricted) rating, as part of the service package. 1.6. The period of performance for this service is being proposed from date of award for 12 months with 4 one year option periods. The Contractor shall provide Basic & Expanded TV service to each of the Television demarcation points for the buildings identified further in this Statement of Work. 1.7. The Contractor shall maintain the service, with clear and sufficient signal quality, up to each building's demarcation point. Contractor owned distribution amplifiers must be included in cost. All service maintenance will be at no additional cost to Government. Additions/changes to locations/type of service will be made through modifications to the subsequent contract associated with this requirement. 1.8. The Contractor shall ensure that there is, at a minimum, one Government Access Channel on the television system for non-commercial use by the Government. The system shall be able or be designed to permit the origination of programing for the Government Access Channel from facilities on base and shall not allow the transmission to be viewed outside the base. 1.9. The Contractor, upon entering the subsequent contract, shall provide a channel program guide and shall notify the Contracting Officer of changes as they occur in order to notify subscribers. 1.10. The Contractor shall be required by this agreement to provide any program originating equipment for use by the Government. 1.11. Emergency Override: The television services system shall be able or be designed to permit the Government to override the system and transmit emergency alerts and non-emergency messages on all channels as deemed necessary by the Installation Commander. 1.12. The Contractor shall provide, upon request of the Government, any control keys, devices or codes that permit the capability to accomplish emergency overrides. 2.0. INSTALLATION AND MAINTENANCE 2.1. Installation Approval. The Contractor shall not undertake any installation of any equipment or facilities on the base (including temporary equipment or facilities) without the prior guidance or written consent of the Contracting Officer or Government designated representative. This statement of work excludes residential services and dormitory/barracks occupants. 2.2. INSTALLATION STANDARDS 2.2.1. The Contractor shall construct, install, and maintain the system in a safe and reliable manner and in conformance with applicable federal regulations and national professional codes. 2.2.2. The Contractor shall construct and maintain demarcation points and connections to interior wiring in government buildings in a safe, orderly, and attractive manner. At the Contracting Officer's direction, the Contractor at its own expense shall remove, replace, or modify any equipment or facilities, including drops, connections, and wiring, that the Contracting Officer or authorized Government Representative determines are unsafe, unsightly or otherwise unsuitable. 2.2.3. The Government will consider all options for services; however, the Contractor shall construct the installation and positioning of the television services equipment in a manner that does not include penetration of the roof or other parts of the building. 3.0. SERVICE AND REPAIRS 3.1. The Contractor shall provide a service/repair phone number to the Government. The Contractor will begin work on "service interruptions" promptly and in no event later than 24 hours after the interruption becomes known. The Contractor must begin actions to correct other service problems the next business day. The Contractor shall only accept orders for equipment and service from the Contracting Officer via contract modification before beginning any work and immediately after work is completed. 3.2. ON SITE TECHNICAL SUPPORT. The Contractor shall provide on-site technical support as necessary at any of the listed locations. This technical support shall include system administration, technical guidance, configuration management, and/or system troubleshooting. 3.2.1 On-site moves, adds, and changes: The Government reserves the right to move, add or change services as necessary, and will be effected via an executed modification from the Contracting Office only. The Contractor's Technicians shall provide the physical labor to install, move, add, change, troubleshoot, and maintain the television services as required in this Statement of Work. On- site services shall occur during the hours of 7:30 am - 4:30 pm local during the normal work week (Monday through Friday). No onsite work will be conducted during Federal Holidays or weekends. 3.3. SCHEDULED SERVICE INTERRUPTIONS. A notice to the Contractor to discontinue or reduce a service at a Government facility shall not result in the Government being charged fees for this service. No service charge, under any name, shall be assessed for disconnection or reduced service. 3.4. UNSCHEDULED SERVICE INTERRUPTIONS. The Contractor shall provide routine and emergency repair\maintenance services. Normal maintenance and upkeep to the system shall be identified and scheduled with the customer. 3.4.1. Outages for routine maintenance shall be coordinated and announced to the customer 48-hours in advance. 3.4.2. Emergency outages shall be repaired within 24-hours. In the event that services are not restored within 24 hours after interruption, Contractor shall not charge customer for period of degradation or loss of service. 3.4.3. The Contractor shall ensure connectivity shall not be hampered by inclement weather unless deemed a natural disaster. 3.4.4. The Contractor shall ensure installations conform to Station Civil Engineering standards and are aesthetically pleasing to the Government 3.5. COMPLAINTS. The Contractor shall promptly and courteously respond to complaints, including complaints brought to the Contractor's attention by the Contracting Officer. 3.6. PRIVACY. The Contractor shall operate the system in a manner that protects against invasion of privacy and in conformance with the privacy requirements of federal law. 3.7. REPAIR RECORD. The Contractor shall furnish an accurate, current repair record upon the completion of each repair/maintenance for each service call completed. The Government shall maintain and update their log for each service call for the duration of the contract. 4.0. SAFETY AND SECURITY REQUIREMENTS 4.1 SAFETY REQUIREMENTS 4.1.1 The Contractor shall conduct all installation and maintenance activities in accordance with Occupational Safety & Health Administration (OSHA), fire, and safety regulations of the Base. The Contractor will adhere at all times to the security regulations governing the installation. Compliance with OSHA for the protection of employees is exclusively the obligation of the Contractor and the Government assumes no liability or responsibility for the Contractor's compliance or noncompliance with such responsibilities. 4.1.2. The Government will not provide safety equipment to the Contractor. All work shall be conducted in a safe manner and shall comply with the requirements described below: 4.1.3. No smoking permitted in Government buildings. Smoking in outdoors designated areas only. 4.1.4. The Contractor shall report to the Contracting Office all accidents that occur in the performance of their duties (installation, repair, or removal) while aboard this installation within 24 hours of its occurrence. 4.1.5. The Contractor shall submit to the Contracting Office, a full report of damage to Government property and/or equipment by Contractor's personnel. All damages must be reported within 24 hours of the occurrence. 4.2. EMERGENCY SITUATIONS. 4.2.1. During emergency situations Contractor employees will follow the directions of Station Security Forces and/or Fire Department personnel. When directed to evacuate a facility for any reason, Contractor employees will immediately depart the facility and proceed to a predetermined location. 4.3. SECURITY REQUIREMENTS. 4.3.1. The Contractor shall ensure all personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering the Government installation; abide by all security regulations of the installation. 4.3.2. Contractor shall plan for delays on entering/exiting the installation. Delays should be routinely anticipated at the entry control point, each time an individual enters the restricted area. These delays are encountered when the Marine Corps Security Forces search vehicles and hand carried items, and check badges/credentials. Delays may also be experienced if Contractor employees must wait for an escort official. 4.3.3. Contractor shall establish procedures for personnel to immediately leave the base upon direction by the Contracting Officer or Security Forces. The Contractor shall establish procedures, which will assure immediate execution of an installation commander's written order to bar an employee's entry to parts, or all of Marine Corps Air Station (MCAS) Miramar. 4.3.4. Vehicles. Contractor shall comply with installation rules and regulations for motor vehicle use on MCAS Miramar IAW security provisions. Upon termination, any vehicle registration decals or temporary vehicle passes will be immediately returned to the Government. It is recommended that any vehicles used by the Contractor or its employees in the performance of this contract (including private owned) shall have the company name prominently displayed on both sides of the vehicle. All vehicles used in performance of this contract shall be in operational condition and meet the local, state, and federal safety requirements. All vehicles shall be registered, licensed, insured and operated in accordance with base traffic regulations by a licensed driver. 4.4. CONTRACTOR PERSONNEL: 4.4.1. The Contractor shall provide qualified personnel to perform duties during the performance period. The Contractor shall provide a list of names of the qualified employees who shall act for the contractor. This/These individuals must be able to read, write, or understand English. The Contractor personnel must be United States citizens, or carry a valid United States Immigration Alien Registration Card. Personnel employed by the Contractor in the performance of this contract or any representative of the Contractor entering the installation, shall abide by the security regulations of the installation and shall be subject to such checks as may be deemed necessary. The Government reserves the right to direct the removal of an employee for mis-conduct or for security reasons. Removal of the employee for reasons stated above does not relieve the Contractor from full responsibility for total performance. Among other reasons, access may be denied for a Contractor employee if: • On the National Terror watch List • Undocumented, illegal presence in the United States • Subject to any outstanding warrants • Employment questionnaire is determined to be fraudulent • Currently debarred or banned from military installations 4.4.2. Employees. The Government is authorized to restrict the employment under the contract of any contractor employee, or prospective contractor employee, who is identified as potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. 4.4.3. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. 5.0 SERVICE STANDARDS AND CUSTOMER RELATIONS 5.1. GENERAL STANDARDS The Contractor shall conduct all of its business aboard the installation in a professional and courteous manner. In addition, the Contractor shall comply with customer service standards established by the FCC in accordance with the Cable Television Consumer Protection and Competition Act of 1992. 5.2. BUSINESS OFFICE CONTACT. The Contractor shall maintain a local, toll-free call telephone access line which shall be made available and provided to the Contracting Officer and designated Government representatives, 24 hours a day, seven (7) days a week. The office telephone numbers shall also be supplied to the Contracting Officer and the designated government representatives. 5.3. QUALITY CONTROL The Contractor is responsible for controlling the quality of services that conform to the contract specifications. As a minimum, the Contractor shall develop quality control procedures addressing the performance objective (television services, continuous). 5.4. QUALITY ASSURANCE The Government will regularly inspect the Contractor's performance under this contract. Inspection of services does not constitute acceptance of services, nor does it relieve the Contractor of any responsibility to take all actions necessary to assure the highest quality of services rendered. 5.5. GOVERNMENT FURNISHED PROPERTY Televisions Utilities The Government will provide all utilities needed for normal administrative operation including electrical power to operate equipment. 5.6. CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all equipment including receivers, cables, and any other equipment necessary for the Government to receive the requested subscriptions. Only OEM parts shall be used to replace any defective equipment or to repair any equipment. The Contractor shall bear all costs associated with obtaining the parts. All parts installed shall become the property of the US Government. All replaced parts shall become the property of the Contractor. 6.0. TECHINICAL REFERENCES Occupational Safety and Health Administration (OSHA)/ Code of Federal Regulations (CFR) 29 CFR Construction, 47 CFR Telecommunications part 76 National Fire Protection Agency (NFPA) NFPA 70E, NFPA 75, NFPA 76 National Electrical Code (NEC) ANS 1-2 TIA-607-B Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications DoD Directive 5500.7-R Joint Ethics Regulation 7.0 GOVERNMENT RESPONSIBILITIES 7.1. The Government shall permit the Contractor access to the MCAS Miramar for performance of all duties in accordance with this contract. 7.2. Contracting Officers Representative: The Contracting Officer Representative shall maintain communication with the Building Zone Manager, S-4, and S-6 for access to the building utility and telecom closets to gain access to the access points. The Contracting Officer Representative may require flight line access to gain access to the access points in buildings on the flight line. The Government shall furnish and make available the room locations covered under this maintenance contract. 7.3. The Government shall also arrange and establish all security support for Contractor employees by submitting the necessary paperwork to the Communications Security Manager identified for processing. 7.4. The Government shall assume responsibility of the protection of Government information, property, equipment, and resources, which are generated, issued, or supplied under the terms of subsequent contract. At the end of each work shift, all Government facilities, equipment, and materials shall be secured. 8.0 CONTRACTOR RESPONSIBILITIES 8.1. The Contractor shall provide a Program Manager (primary and alternate point of contact and phone numbers) for the overall management of the subsequent contract. 8.2. The Contractor shall not perform any repairs or maintenance to any of equipment should any be damaged as a result of fire, water, other acts of nature, repairs by Government personnel, abuse, any unauthorized alterations or modifications. This damage is outside of the control of the Contractor, who is without fault or negligence. 8.3. The Contractor is authorized, however, to examine the equipment and provide the Government with a written estimated cost of repair. If the Contracting Officer authorizes repair, a one time written repair order will be issued to the Contractor for the specified repair. Any repairs performed outside of this authorization and subsequent purchase order, shall be at the Contractor's own expense 8.4. Meetings and Conferences: During the life of the contract, periodic meetings may be held at both Contractor and Government sites. Contractor shall attend the meetings which are designed to review program status, assess contractor performance, refine current processes, and plan future actions. These meeting shall be at no cost to the Government. 8.5. The Contractor accepts that it shall not accept any instructions issued by any person employed by the U.S. Government or otherwise, other than the Contracting Officer, or the Contracting Officer's Representative (COR) acting within the limits of his or her authority. 9.0 INVOICING The Contractor will bill no more frequently than monthly, and shall invoice at the SUBCLIN level. The invoice must include the correct account, including building/room number, military responsible unit, and other pertinent information that will be made available in subsequent contract. Both Contractor and Government must verify services for on site requests. Contractor shall develop a plan to prorate service charges in the event of unscheduled service interruptions greater that 24 hours. Payment will be made by Defense Finance and Accounting Service. Contractor must be registered at the following sites: https://wawf.eb.mil https://www.sam.gov 10.0 TASKS As part of the Contractor's offer, • The Contractor must provide a detailed list (including specs) of all services that is being offered. • The Contractor must provide plans specific to the proposed installation of each room/drop. • The Contractor must provide plans to address service calls • The Contractor must provide the names and contact information for the following employees: o Program manager (primary and alternate) o Installation and Repair technicians o Any other company employee or representative needing access to this installation for installation or repairs only The Contractor accepts that they must receive approval for the final system from the Government prior to beginning any installation or procurement, and accepts that deviation from the agreed upon installation plans will void the contract and could result in non-payment. 11.0 EVALUATION CRITERIA The Government will evaluate proposals as follows: Award will be made on the basis of the lowest evaluated price of offers meeting or exceeding the acceptability standards and non-cost factors. The following factors will be evaluated: Past Performance - Offerors shall provide contact information for two past performance references from previous contracts performed within the last 3 years that are similar in scope and complexity as the requirement in this solicitation. Experience - Offerors shall provide information showing experience with installing and maintaining television services. Price - Failure to provide any of the required information above will result in an offer deemed non-responsive. The Government will make an offer to one Offeror who is deemed responsible in accordance with the Federal Regulations and whose quote conforms to the solicitation requirements provides the best value for the Government. 13.0 SECTION 508 All Electronic and Information Technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/508.htm. 14.0 INSPECTION AND ACCEPTANCE The Commanding Officer of MAG 11, 3rd Marine Aircraft Wing, MCAS Miramar, or his authorized representative will perform inspection and acceptance. In the event the services are not in conformance with the terms of the contract, the Government may require re-performance of the nonconforming services at no additional cost or obligation to the Government. 15.0 GOVERNMENT POINTS OF CONTACT 15.1. The Government point/s of contact is/are: Contracting Officer's Representative. The Contracting Officer shall designate a contract level Contracting Officer's Representative (COR) during the term of this contract in accordance with Part C.2, DFARS clause 252.201-7000 "Contracting Officer's Representative". The COR will provide assistance in identification and resolution of problems, conflicts in priority, subtask requirement definitions, and other operations type problems at the contract level. COR: To be determined 15.2. The Contracting point of contact is: Hillary Guillot - 858 577 1922 Contracting Officer's Authority: The Contracting Officer is the only person authorized to direct changes in any of the requirements under this solicitation and subsequent contract, and, notwithstanding any provisions contained elsewhere in this solicitation and subsequent contract, said authority remains solely in the Contracting Officer. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and solely at the risk of the contractor. CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items JUL 2013 52.212-2 Evaluation - Commercial Items JAN 1999 52.212-3 Offeror Representations and Certification--Commercial Items NOV 2013 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.217-5 Evaluation Of Options JUL 1990 52.223-6 Drug-Free Workplace MAY 2001 52.233-1 Disputes JUL 2002 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.243-1 Alt II Changes--Fixed-Price (Aug 1987) - Alternate II APR 1984 52.246-4 Inspection Of Services--Fixed Price AUG 1996 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT 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)). ___ 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.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 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). ___ (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 (July 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] ____ (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 (July 2013) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (July 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 (July 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. 657f). ____ (25) 52.219-28, Post Award Small Business Program Rerepresentation (July 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 (July 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 (July 2013) (15 U.S.C. 637(m)). X (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). 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.) X (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. ____ (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 (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (52) 52.232-36, Payment by Third Party (July 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.) _____ (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) 52.222-17, 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 1998) (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. (End of clause) 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(es): HTTPS://FARSITE.HILL.AF.MIL WWW.ACQUISITION.GOV/FAR (End of provision) THE POINT OF CONTACT FOR THIS CONTRACT IS HILLARY GUILLOT @ 858-577-1922. All offers are due by 1:00 pm on 21 Apr 2014. All questions are due by 4:00 pm on 16 Apr, 2014. Offers can be submitted electronically, via mail, or hand carried. Offers sent via the US Postal system should be mailed to MCAS Miramar Contracting Office, 8671 Obregon Rd, San Diego, CA 92145-2007. Hand carried offers must be delivered to MCAS Miramar Contracting Office, Bldg 8671, Obregon Rd, San Diego, CA 92145 during weekdays from 7:30 am and 4:00 pm, and excluding federal holidays.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67865/M6786514t0015/listing.html)
- Place of Performance
- Address: MCAS MIRAMAR, SAN DIEGO, California, 92145, United States
- Zip Code: 92145
- Zip Code: 92145
- Record
- SN03334458-W 20140411/140410021508-13e44c3ffa28954e7590d9e3e690c033 (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 |