Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2015 FBO #4862
MODIFICATION

66 -- Calibration maintenance of testing equipment - Solicitation 1

Notice Date
3/16/2015
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, United States Marine Corps, MCCS Cherry Point, Marine Corps Community Services, Contracting Office, PSC Box 8009, Bldg 400, Cherry Point, North Carolina, 28533, United States
 
ZIP Code
28533
 
Solicitation Number
M00146-15-P-X501
 
Response Due
3/30/2015 11:00:00 AM
 
Archive Date
4/14/2015
 
Point of Contact
Joseph A Schwarz, Phone: 2524663417
 
E-Mail Address
joseph.schwarz@usmc.mil
(joseph.schwarz@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Please use attached solicitation for printing, viewing and subimitting offer. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Months EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT DUE BY 30 APRIL 2015. SUB-CLINS IDENTIFY EQUIPMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000101 Each POWER METER FFP GIGA-TRONICS POWER METER Model# 8652A serial# 8652297 Bar Code Ref# 104364314 Non-Peak Type Sensor Required RF Power Meter, up to 2 Channels ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000102 Each POWER SENSOR FFP GIGA-TRONICS Model# 80350A serial# 1830165 Bar Code Ref# 104364315 Normal Accuracy Power Sensor, < or =26.5 Ghz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000103 Each OPTICAL LASER SOURCE FFP WANDEL & GOLTERMANN Model# OLS-10 serial# S-0194 Bar Code Ref# 101987047 Single Laser Light Source, no Modulation ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000104 Each HANDHELD OPTICAL POWER METER FFP WANDEL & GOLTERMANN Model# OLP-10 serial# AS-0194 Bar Code Ref# 102049999 0-2 module slots Standalone Optical Power Meter, up to 2 Wavelengths ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000105 Each OSCILLOSCOPE FFP TEKTRONIX Model# 2246 serial# B102629 Bar Code Ref# 104807464 No Storage Included 4 Channel Analog Oscilloscope, <250 MHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000106 Each OSCILLOSCOPE FFP TEKTRONIX Model# 2246 serial# B120645 Bar Code Ref# 104807460 No Storage Included 4 Channel Analog Oscilloscope, <250 MHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000107 Each OSCILLOSCOPE FFP TEKTRONIX Model# 2246 serial# B103025 Bar Code Ref# 104807463 No Storage Included 4 Channel Analog Oscilloscope, <250 MHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000108 Each ATTENUATOR SET FFP WEINSCHEL ENGINEERING Model# AS-6 serial# A464 Bar Code Ref# 104806119 Fixed Attenuator, Standard Power, DBs, Accuracy, set of 4 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000109 Each Digital Multimeter FFP KEITHLEY Model# 2001 serial# 1193824 Bar Code Ref# 104079618 7.5 Digital Multimeter, without Signature Analyzer ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000110 ARB WAVEFORM GENERATOR FFP HEWLETT-PACKARD Model# 33120A serial# US34018203 Bar Code Ref# 102969777 1 Channel Synthesized Function Generator, AM/FM/Pulse ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000111 Each PORTABLE ILS RECEIVER FFP NAV-AIDS LTD. Model# 89-GR serial# 850 Bar Code Ref# 101970724 RF Analyzer ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000112 Each POWER SENSOR FFP HEWLETT-PACKARD Model# 8481A serial# 3318A84536 Bar Code Ref# 104881230 Normal Accuracy Power Sensor, < or =26.5 Ghz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000113 Each COMMUNICATIONS SYSTEM ANALYZER FFP I.F.R Model# 2947A serial# 294505/353 Bar Code Ref# 102521677 Radio Communication Analyzer, Clock < 10 Ghz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000114 Each MONOPULSE BEACON TEST SET FFP FREESTATE ELECTRONICS Model# FS-1420-1 serial# 0061 Bar Code Ref# 104419720 No Modulation Standalone Standard Wave Signal Generator, 1-2000 MHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000115 Each MULTIMODE OLTS FFP TEMPO Model# 525N-30-PCX serial# 300447 Bar Code Ref# 104364341 Standalone Optical Loss Test Set, > 2 Wavelengths ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000116 Each MULTIMODE OLTS FFP TEMPO Model# 525N-30-PCX serial# 300446 Bar Code Ref# 104364339 Standalone Optical Loss Test Set, > 2 Wavelengths ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000117 Each "DIGIQUARTZ" BAROMETER FFP PAROSCIENTIFIC, INC. Model# 760-16B serial# 79678 Bar Code Ref# 101985053 Digital Barometer ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000118 Each OSCILLOSCOPE FFP TEKTRONIX Model# 2465A serial# B021156 Bar Code Ref# 104892291 4 Channel Digital Oscilloscope, 250 MHz - 1 GHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000119 Each WATTMETER FFP BIRD Model# 4410 serial# 1122 Bar Code Ref# 101967367 Non-Peak Type Sensor Required RF Power Meter, up to 2 Channels ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Months EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT DUE BY 31 MAY 2015. SUB-CLINS IDENTIFY EQUIPMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000201 Each POWER ELEMENT FFP BIRD Model# 4410-6 serial# p/o 3380 Bar Code Ref# 101967376 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000202 Each POWER ELEMENT FFP BIRD Model# 4410-5 serial# p/o 3380 Bar Code Ref# 101967375 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000203 Each POWER ELEMENT FFP BIRD Model# 4410-4 serial# p/o 3380 Bar Code Ref# 101967374 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000204 Each POWER ELEMENT FFP BIRD Model# 4410-7 serial# p/o 3380 Bar Code Ref# 101967373 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000205 Each WATTMETER FFP BIRD Model# 4410A serial# 3380 Bar Code Ref# 101967372 Non-Peak Type Sensor Required RF Power Meter, up to 2 Channels ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000206 Each Optical Loss Test Set FFP TEMPO Model# 525N-60-PCX serial# 600138 Bar Code Ref# 104396462 Standalone Optical Loss Test Set, > 2 Wavelengths ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000207 Each Optical Loss Test Set FFP TEMPO Model# 525N-60-PCX serial# 600133 Bar Code Ref# 104396461 Standalone Optical Loss Test Set, > 2 Wavelengths ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000208 OSCILLOSCOPE FFP TEKTRONIX Model# 2465A serial# B013248 Bar Code Ref# 104892290 4 Channel Digital Oscilloscope, 250 MHz - 1 GHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000209 Each RF SIGNAL GENERATOR FFP MARCONI Model# 2947 serial# 133150/039 Bar Code Ref# 101968871 Radio Communication Analyzer, Clock < 10 Ghz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Months EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT DUE BY 30 JUNE 2015. SUB-CLINS IDENTIFY EQUIPMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000301 Each POWER ELEMENT FFP BIRD Model# 4410-7 serial# 0006110 Bar Code Ref# 103141383 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000302 Each POWER ELEMENT FFP BIRD Model# 4410-6 serial# 0043391 Bar Code Ref# 103141382 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000303 Each POWER ELEMENT FFP BIRD Model# 4410-5 serial# 0042989 Bar Code Ref# 103141381 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000304 Each POWER ELEMENT FFP BIRD Model# 4410-4 serial# 0042803 Bar Code Ref# 103141380 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000305 Each POWER ELEMENT FFP BIRD Model# 4410-7 serial# p/o 1122 Bar Code Ref# 101967371 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000306 Each POWER ELEMENT FFP BIRD Model# 4410-5 serial# p/o 1122 Bar Code Ref# 101967370 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000307 Each POWER ELEMENT FFP BIRD Model# 4410-6 serial# p/o 1122 Bar Code Ref# 103141368 Wattmeter Element ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000308 Each WATTMETER FFP BIRD Model# 4410A serial# 21269 Bar Code Ref# 103141379 Non-Peak Type Sensor Required RF Power Meter, up to 2 Channels ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000309 Each COMMUNICATIONS SYSTEM ANALYZER FFP I.F.R Model# 2947A serial# 294505/379 Bar Code Ref# 102592670 Radio Communication Analyzer, Clock < 10 Ghz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Months EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT DUE BY 31 JULY 2015. SUB-CLINS IDENTIFY EQUIPMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000401 Each REFLECTION METER FFP ANRITSU KEIKI Model# S115BQ serial# 514098 Bar Code Ref# 103072996 Reflection Meter, More than one Wavelength ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000402 Each SIGNAL GENERATOR FFP ANRITSU Model# 68369A/NV serial# 035005 Bar Code Ref# 102994806 AM, FM, and/or PM with Pulse Synthesized Sweep Signal Generator, > 26.5 GHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000403 Each PEAK POWER SENSOR FFP AGILENT Model# N1921A serial# SG45240636 Bar Code Ref# 104571651 Normal Accuracy Power Sensor, < or =26.5 Ghz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000404 Each RF Power Meter FFP AGILENT Model# N1911A serial# SG45100936 Bar Code Ref# 104571649 Peak Type Sensor Required RF Power Meter, up to 2 Channels ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Months EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT DUE BY 31 AUGUST 2015. SUB-CLINS IDENTIFY EQUIPMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000501 SPECTRUM ANALYZER FFP HEWLETT-PACKARD Model# E4407B serial# SG44220280 Bar Code Ref# 103658361 Standalone Spectrum Analyzer, 3-26.5 GHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000502 Each POWER METER FFP HEWLETT-PACKARD Model# 435B serial# 2342A08910 Bar Code Ref# 101970589 Non-Peak Type Sensor Required RF Power Meter, up to 2 Channels ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000503 Each RMS Voltmeter FFP BALLANTINE Model# 323 serial# 1010 Bar Code Ref# 104278571 AC, Response > 20 Mhz Voltmeter, without Source ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000504 COMMUNICATIONS SYSTEM ANALYZER FFP I.F.R Model# 2947A serial# 294505/337 Bar Code Ref# 102592665 Radio Communication Analyzer, Clock < 10 Ghz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Months EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT DUE BY 30 SEPTEMBER 2015. SUB-CLINS IDENTIFY EQUIPMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000601 Each AC MILLIVOLTMETER FFP MILLIVAC INST Model# MV-912A serial# 2572 Bar Code Ref# 103141385 AC, Response at 10 Khz - 20Mhz Voltmeter, without Source ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000602 Each Singlemode Optical Loss T/S FFP TEMPO Model# 525N-60 serial# 802320 Bar Code Ref# 105454833 Standalone Optical Loss Test Set, 1 Wavelength ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000603 Each Singlemode Optical Loss T/S FFP TEMPO Model# 525N-60 serial# 802309 Bar Code Ref# 105454832 Standalone Optical Loss Test Set, 1 Wavelength ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000604 Each FREQUENCY COUNTER FFP HEWLETT-PACKARD Model# 5334B serial# 2937A10530 Bar Code Ref# 101970594 Single Input Channel Frequency Counter, DC - 18Ghz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 1 Months EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT DUE BY 31 OCTOBER 2015. SUB-CLINS IDENTIFY EQUIPMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000701 Each SCOPEMETER (Oscilloscope) FFP FLUKE Model# 199C serial# DM8590281 Bar Code Ref# 102389878 2 Channel Digital Oscilloscope, <250 MHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 1 Months EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT DUE BY 30 NOVEMBER 2015. SUB-CLINS IDENTIFY EQUIPMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000801 Each SPECTRUM ANALYZER FFP HEWLETT-PACKARD Model# E4407SOPTE57 serial# SG44220283 Bar Code Ref# 103141441 Standalone Spectrum Analyzer, 3-26.5 GHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 1 Months EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT DUE BY 31 DECEMBER 2015. SUB-CLINS IDENTIFY EQUIPMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000901 Each OSCILLOSCOPE FFP TEKTRONIX Model# TDS3012B-NV serial# B031911 Bar Code Ref# 102727868 2 Channel Digital Oscilloscope, 250 MHz - 1 GHz ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 000902 Each DIGITAL MULTIMETER FFP AGILENT Model# 34401A serial# SG41019647 Bar Code Ref# 102592648 6.5 Digit Multimeter, without Signature Analyzer ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 1 Months EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT DUE BY 31 MARCH 2015. SUB-CLINS IDENTIFY EQUIPMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 001001 Each DIGITAL MULTIMETER FFP HEWLETT-PACKARD Model# 34401A serial# 3146A50861 Bar Code Ref# 101970572 6.5 Digit Multimeter, without Signature Analyzer ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 1 Each SPECIAL EQUIPMENT CALIBRATION FFP CALIBRATION OF EQUIPMENT REQUIRED BECAUSE OF DAMAGE OR REPLACEMENT. MILSTRIP: M3014615SU00087 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 001101 FFP Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 000101 Destination Government Destination Government 000102 Destination Government Destination Government 000103 Destination Government Destination Government 000104 Destination Government Destination Government 000105 Destination Government Destination Government 000106 Destination Government Destination Government 000107 Destination Government Destination Government 000108 Destination Government Destination Government 000109 Destination Government Destination Government 000110 Destination Government Destination Government 000111 Destination Government Destination Government 000112 Destination Government Destination Government 000113 Destination Government Destination Government 000114 Destination Government Destination Government 000115 Destination Government Destination Government 000116 Destination Government Destination Government 000117 Destination Government Destination Government 000118 Destination Government Destination Government 000119 Destination Government Destination Government 0002 Destination Government Destination Government 000201 Destination Government Destination Government 000202 Destination Government Destination Government 000203 Destination Government Destination Government 000204 Destination Government Destination Government 000205 Destination Government Destination Government 000206 Destination Government Destination Government 000207 Destination Government Destination Government 000208 Destination Government Destination Government 000209 Destination Government Destination Government 0003 Destination Government Destination Government 000301 Destination Government Destination Government 000302 Destination Government Destination Government 000303 Destination Government Destination Government 000304 Destination Government Destination Government 000305 Destination Government Destination Government 000306 Destination Government Destination Government 000307 Destination Government Destination Government 000308 Destination Government Destination Government 000309 Destination Government Destination Government 0004 Destination Government Destination Government 000401 Destination Government Destination Government 000402 Destination Government Destination Government 000403 Destination Government Destination Government 000404 Destination Government Destination Government 0005 Destination Government Destination Government 000501 Destination Government Destination Government 000502 Destination Government Destination Government 000503 Destination Government Destination Government 000504 Destination Government Destination Government 0006 Destination Government Destination Government 000601 Destination Government Destination Government 000602 Destination Government Destination Government 000603 Destination Government Destination Government 000604 Destination Government Destination Government 0007 Destination Government Destination Government 000701 Destination Government Destination Government 0008 Destination Government Destination Government 000801 Destination Government Destination Government 0009 Destination Government Destination Government 000901 Destination Government Destination Government 000902 Destination Government Destination Government 0010 Destination Government Destination Government 001001 Destination Government Destination Government 0011 Destination Government Destination Government 001101 Destination Government Destination Government Section F - Deliveries or Performance STATEMENT OF WORK I. WORK TASKS. The contractor shall provide to the government a one (1) year comprehensive test, measurement, and diagnostic equipment (TMDE) calibrations contract to fully meet the requirements of ANSI Z540-1-1994, MCO 4733.1, and OPNAVINST 3960.16. The contract should include a comprehensive quote for all TMDE that should require calibrations within this contract. This contract will ensure satisfactory performance of all government TMDE and meet operational capability needs. II. CALIBRATIONS REQUIREMENTS. A. All relevant requirements of ANSI Z540-1-1994, MCO 4733.1, and OPNAVINST 3960.16 must be met. B. PURPOSE: The purpose of this contract is to assure maximum calibration support, within the capabilities of the contractor, of TMDE belonging to the government. C. SCOPE: The contract is designed to include all TMDE whose calibrations requirements fall within the periodicity of this contract. III. DELIVERABLES. 1. By the Government to the Contractor: a. The government will maintain copies of all certificates and/or reports of calibration from the contractor for audit purposes until the next calibration is completed and a new certificate and/or report of calibration is issued. b. Payment will be made upon completion of each calibrated TMDE. 2. By the Contractor to the Government: a. The contractor shall meet the requirements set forth in the ANSI Z540-1-1994, American National Standard for Calibrations Laboratories. b. The contractor's calibration laboratory is subject to an onsite review by Marine Corps/Navy auditors to validate compliance with the above requirement. c. The contractor shall provide the government a certificate or report of calibration for each calibration performed. d. The contractor shall advise the government when it becomes apparent that their TMDE is not being properly maintained or used based on the condition of the TMDE when submitted for calibration or repair. e. The contractor shall pick up the TMDE, complete the calibration of the TMDE in a cost-effective way, and deliver the TMDE to the government no later than 30 days after receipt of the TMDE to be calibrated, unless granted an extension from an authorized government employee listed in IX below. f. The contractor shall provide the government a comprehensive calibrations quote prior to performing the calibration on the TMDE. g. At the completion of the calibration, the contractor shall provide the government with an itemized statement of the costs and expenses incurred by the contractor to calibrate and handle the TMDE. IV. SCHEDULE. The contractor shall pick up and deliver the calibrated TMDE to building 199A, room 140 aboard MCAS Cherry Point. The contractor and the government, by signature hereon, agree that time is of the essence in completing this contract's requirements. V. COST ESTIMATE. For providing test equipment calibrations to the ATC Maintenance Division, to include all contractor deliverables identified in II. C above. The cost estimate must be good for one (1) year. Additionally, the contactor must identify any additional costs above the contracted amount. No additional fees above the agreed upon amount will be allowed unless approved by authorized government employee. Then, those costs will be added to the total cost estimate. VII. ADDITIONAL REQUIREMENTS. Payment of the contract will be made through invoice provide by vendor to Wide Area Work Flow (WAWF). VIII. References. The most current and up-to date references shall be used in developing and delivering TMDE calibrations. Specifically, but not necessarily limited to, the following: 1. ANSI Z540-1-1994 2. MCO 4733.1_, 3. OPNAVINST 3960.16_ If not specifically set forth herein as a deliverable by the government to the contractor, the contractor will obtain the references as public domain information, normally available online at the appropriate regulatory agency's website (e.g., www.XXXXXXXX). Additionally, the Code of Federal Regulations (CFR) is made available as public domain information at: http://www.gpoaccess.gov/cfr/index.html. IX. Points of Contact. TO BE ADDED TO AWARD CONTRACT X. Equipment to be covered is listed as sub-CLINs on the Solicitation/Award. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 30-APR-2015 1 TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 000101 N/A N/A N/A N/A 000102 N/A N/A N/A N/A 000103 N/A N/A N/A N/A 000104 N/A N/A N/A N/A 000105 N/A N/A N/A N/A 000106 N/A N/A N/A N/A 000107 N/A N/A N/A N/A 000108 N/A N/A N/A N/A 000109 N/A N/A N/A N/A 000110 N/A N/A N/A N/A 000111 N/A N/A N/A N/A 000112 N/A N/A N/A N/A 000113 N/A N/A N/A N/A 000114 N/A N/A N/A N/A 000115 N/A N/A N/A N/A 000116 N/A N/A N/A N/A 000117 N/A N/A N/A N/A 000118 N/A N/A N/A N/A 000119 N/A N/A N/A N/A 0002 31-MAY-2015 1 TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 000201 N/A N/A N/A N/A 000202 N/A N/A N/A N/A 000203 N/A N/A N/A N/A 000204 N/A N/A N/A N/A 000205 N/A N/A N/A N/A 000206 N/A N/A N/A N/A 000207 N/A N/A N/A N/A 000208 N/A N/A N/A N/A 000209 N/A N/A N/A N/A 0003 30-JUN-2015 1 TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 000301 N/A N/A N/A N/A 000302 N/A N/A N/A N/A 000303 N/A N/A N/A N/A 000304 N/A N/A N/A N/A 000305 N/A N/A N/A N/A 000306 N/A N/A N/A N/A 000307 N/A N/A N/A N/A 000308 N/A N/A N/A N/A 000309 N/A N/A N/A N/A 0004 31-JUL-2015 1 TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 000401 N/A N/A N/A N/A 000402 N/A N/A N/A N/A 000403 N/A N/A N/A N/A 000404 N/A N/A N/A N/A 0005 31-AUG-2015 1 TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 000501 N/A N/A N/A N/A 000502 N/A N/A N/A N/A 000503 N/A N/A N/A N/A 000504 N/A N/A N/A N/A 0006 30-SEP-2015 1 TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 000601 N/A N/A N/A N/A 000602 N/A N/A N/A N/A 000603 N/A N/A N/A N/A 000604 N/A N/A N/A N/A 0007 31-OCT-2015 1 TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 000701 N/A N/A N/A N/A 0008 30-NOV-2015 1 TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 000801 N/A N/A N/A N/A 0009 31-DEC-2015 1 TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 000901 N/A N/A N/A N/A 000902 N/A N/A N/A N/A 0010 31-MAR-2016 1 TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 001001 N/A N/A N/A N/A 0011 POP 01-APR-2015 TO 31-MAR-2016 N/A TISD/CEMD DEBORAH L SMITH 4335 C ST TSD ROOM 129 CHERRY POINT NC 28533 252-466-2963 FOB: Destination M30146 001101 N/A N/A N/A N/A Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.201-7000 Contracting Officer's Representative DEC 1991 CLAUSES INCORPORATED BY FULL TEXT 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2-in-1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. M30146 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC M67443 Issue By DoDAAC M00146 Admin DoDAAC M00146 Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) M30146 Accept at Other DoDAAC N/A LPO DoDAAC M00146 DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Chauntelle.Chandler@usmc.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Tammy.McNabb@usmc.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Section I - Contract Clauses CLAUSES INCORPORATED BY FULL TEXT 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): HTTPS://WWW.ACQUISITION.GOV/FAR HTTP://WWW.ACQ.OSD.MIL/DPAP/DARS/DFARSPGI/CURRENT/INDEX.HTML (End of clause) CLAUSES INCORPORATED BY REFERENCE 52.204-2 Security Requirements AUG 1996 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items DEC 2014 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 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 (MAR 2015) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (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) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (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. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ____ (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) [Reserved] ___ (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) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). _ ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] XX (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 (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (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 (OCT 2014) 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) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). XX (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (24) 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)). XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). XX (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ____ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (34) 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.) ____ (35)(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.) ____ (36) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014)+(E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-13. ____ (37)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(i) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. XX (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (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 (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) 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). XX (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. 4505, 10 U.S.C. 2307(f)). ____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). XX (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 (MAY 2014) (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 Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). _____ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). _____ (10) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (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) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (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 (MAY 2014) (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 (JUL 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 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. (ix) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (x) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiv) 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). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 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. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (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) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has 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, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has 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, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Section K - Representations, Certifications and Other Statements of Offerors CLAUSES INCORPORATED BY REFERENCE 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 Section L - Instructions, Conditions and Notices to Bidders CLAUSES INCORPORATED BY FULL TEXT 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://WWW.ACQUISITION.GOV/FAR HTTP://WWW.ACQ.OSD.MIL/DPAP/DARS/DFARSPGI/CURRENT/INDEX.HTML (End of clause) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (APR 2014) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation of quotes will be conducted on a low-priced, technically acceptable basis. All offers will be evaluated first on price. The lowest priced offer will be evaluated for technical acceptability on an acceptable/unacceptable basis. A technically acceptable offeror is one that demonstrates their ability to perform the services in accordance with the requirements of the Statement of Work within the required period of performance (Section F). Award will be made on an all or none basis. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept anoffer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) NOTICE TO OFFERORS 1) SUBMISSION OF QUOTES. a) The vendor is responsible for ensuring that quotes are received in the Contracting Office no later than 11:00 A.M. (EST) on 30 March 2015 as indicated on page one (1) of this solicitation. Failure of vendor's quote to be received prior to the hour and date specified may result in rejection of the quote. b) Quotes shall be submitted electronically via e-mail to Joseph.Schwarz@usmc.mil. c) RFQ Number M00146-15-T-X516 must be clearly shown in the subject line. 2) INSTRUCTIONS FOR THE PREPARATION OF QUOTES: The vendor shall submit technical, past performance, and price information in accordance with the following instructions: a) Technical Quote Instructions:. The vendor's technical quote shall describe in detail and provide information that demonstrates how their quoted service meets or exceeds the minimum requirements of the Statement of Work. The current service is scheduled to start on/about 01 April 2015. b) Price Quote Instructions: The vendor's price quote shall include: i) The vendor's proposed firm-fixed price for each line item shown in Section B. Vendor must include unit price on the Sub-CLINs and total amount for each line item. ii) The vendor shall pick up and deliver equipment for calibration as stated in. d) Representations and Certifications Instructions. Vendors are to their representations and certifications are up to date in the System for Award Management (SAM) at https://www.sam.gov. BASE ACCESS FOR CONTRACTORS 1.0 CONTRACTOR ACCESS TO MARINE CORPS INSTALLATION + 1.1 Performance of this requirement requires access to Marine Corp Air Station (MCAS) Cherry Point. Contractor personnel shall follow all procedures for access to the Air Station in accordance with Air Station Order (ASO) 5560.6 (attached). 1.2 Since this requirement includes installation of NEW equipment, and the contractor will require access for a period no more than 7 business days, the contractor shall complete the steps listed under paragraph 8.d of the attached and provide the required information to Pass & ID upon their arrival. Backgrounds checks may not be submitted electronically. All other required documents must be provided to Pass & ID upon arrival at the Air Station. 1.3 The point of contact for this requirement is: indicated in the statement of work. 1.4 Additional information regarding access to the Air Station is available by phone at 252.466.5921. Failure to submit the proper visit request information may result in denial of access to the facility. 1.5 The MCAS Cherry Point main gate is located off NC State Highway 101, Havelock, NC. Visitors without proper vehicle identification are required to check-in at the visitor's center adjacent to the main gate. 1.6 Contractors are required to wear personal protective equipment (PPE) consisting of hearing protection, eye protection, and safety shoes. PPE will not be provided by the facility. Contractor representatives without the appropriate PPE will not be allowed access to the facility. 2.0 IDENTIFICATION OF CONTRACTOR PERSONNEL Contractor personnel shall identify themselves as contractor personnel by introducing themselves or when being introduced. Contractor personnel shall display distinguishing badges or other visible identification for meeting with Government personnel. Contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence. 3.0 WORK PERFORMED ON MARINE CORP INSTALLATIONS 3.1 The linen pick up / drop off described herein shall be performed at various barracks buildings, MCAS Cherry Point, NC and shall be performed during the MCAS's normal working hours, Monday through Friday 0630 to 1500, unless otherwise requested by the contractor and approved in advance by the Government. 3.2 During the course of contract performance the contractor, as a resident of the installation and facility, shall adhere to all rules and regulations in effect at Marine Corps Air Station Cherry Point. Contractors are required to comply with all Federal and North Carolina State Environmental, Security, and Safety Compliance requirements along with other command. 3.3 The contractor shall report any accidents or injuries occurring on site to the MCAS Safety Office via telephone to 252.466.4090.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d5b63cb5a4f3b8a159759884b6b850e)
 
Place of Performance
Address: MCAS Cherry Point, Cherry Point, North Carolina, 28533, United States
Zip Code: 28533
 
Record
SN03669136-W 20150318/150316235139-7d5b63cb5a4f3b8a159759884b6b850e (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.