Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
MODIFICATION

S -- Integrated Solid Waste Management Services - Attachment 7 – Q&A REVISED 6 June 2016 - COMBO Solicitation ISWM REVISED 6 June 16

Notice Date
6/6/2016
 
Notice Type
Modification/Amendment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 377 MSG/Contracting Division, 377 MSG/Contracting Division, 8500 Gibson SE, BLDG 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2K2AC6056A002
 
Archive Date
8/24/2016
 
Point of Contact
Ernest J Hernandez, Phone: 5058464502, Kory A. Koski, Phone: 5058461153
 
E-Mail Address
ernest.hernandez@kirtland.af.mil, kory.koski@us.af.mil
(ernest.hernandez@kirtland.af.mil, kory.koski@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBO Solicitation ISWM REVISED 6 June 16. This revised document replaces the one dated 26 May 2016 and makes it obsolete. Attachment 7 – Q&A REVISED 6 June 2016. This revised document replaces the one dated 26 May 2016 and makes it obsolete. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is a 100% Total Small Business set-aside. The NAICS Code for this synopsis/solicitation is 562111 Solid Waste Collection and Size Standard is $38.5 M. Solicitation/Purchase Request Number F2K2AC6056A002 is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-88 effective 16 May 2016. Kirtland Air Force Base requires a base plus 4 Option years Contract [1-month phase-in, 11-month base period and four (4) 1-year options to include a 1-month phase-out if needed] to manage the Integrated Solid Waste Management Service. This Contract shall be written with the following CLIN structure to include all options: (FFP) (BASE PERIOD) NON-PERSONAL SERVICES NON-PERSONAL SERVICES: Provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform Integrated Solid Waste Management services at Kirtland Air Force Base for the PERIOD in accordance with the Performance-based Work Statement (PWS) dated: 18 May 2016 This CLIN is not separately priced; the requirement of this CLIN applies to all subsequent CLINS (0001-0020) FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0001 - (FFP) Municipal Solid Waste Collection Base Municipal Solid Waste Collection (PWS 1.1.1.1) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL: The contractor shall provide a unit price for each of the following items within this CLIN: Municipal Solid Waste Collection (all dumpsters contractor furnished) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 0002 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0003 - (FFP) Recyclable Collection-Base (FFP) Recyclable Collection-Base (PWS 1.1.1.3) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE FOLLOWING: The contractor shall provide a unit price for each of the following items within this CLIN: Cardboard Dumpster Collection (Government owned) QTY: 12, UNIT: MO, UNIT PRICE: High Grade White paper (all Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Aluminum Cans (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Shredded Paper (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Mixed Paper (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Toner cartridges (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Office Curbside Recycling Collection - (Provide cost for adding a recycle commodity to the curbside collection program, e.g., newspaper, etc.) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance1 Aug 2016 to 31 July 2017 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 0004 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0005 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0006 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0007 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0008 - (EST NTE) Unscheduled Items Pick-up and Special Events Unscheduled Items Pick-Up and Special Events (PWS 1.1.3.1) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Municipal Solid Waste / Bulk Waste collection (All Roll-Offs Contractor Furnished); (Estimate 192 per year) QTY: XX, UNIT: EA, UNIT PRICE: Unscheduled Items and Special Events (6-CY dumpsters); (Estimate 60 per year) QTY: XX, UNIT: EA, UNIT PRICE: Unscheduled Items and Special Events (Bulk Containers, 30 or 40-CY roll-offs); (Estimate 48 per year) QTY: XX, UNIT: EA, UNIT PRICE: Recycling Large Bulk Container Roll-Off and Trailer Collection; (Estimate 252 per year) QTY: XX, UNIT: EA, UNIT PRICE: Furnish Large Bulk Recycle Roll-Offs and Provide Transportation (e.g., from Bulk Recycle Center or other COR-designated location to off-base market); (Estimate 180 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 0009 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0010 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0011 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0012 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0013 - (EST NTE) Additional Pickups Additional Pickups (PWS 1.1.3.6) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Additional Pick-ups (6 CY dumpsters); (Estimate 12 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 0014 - (EST NTE) Container Relocations Container Relocations (PWS 1.1.3.7) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Container Relocations (6 CY dumpsters); (Estimate 50 per year) QTY: XX, UNIT: EA, UNIT PRICE: Bulk Containers, 30 or 40-CY roll-offs; (Estimate 10 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 0015 - (FFP) Operate Recycle Center-Base Operate Recycle Center (PWS 1.2) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL: The contractor shall provide a unit price for each of the following items within this CLIN: Furnish Scrap Metal Recycling Service (Including Roll-Offs, Marketing, and Hauling off-base) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 0016 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0017 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 CLIN 0018 - (FFP) Landfill Tipping Fees Landfill Tipping Fees (PWS 1.5) This Price is a fixed price per ton. (Estimate 1940 tons per year) FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 QTY: XX UNIT: Tons UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 0019 - (FFP) Contractor FTE Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ISWM Services via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the report creation and submission. FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 QTY: 1 UNIT: EA UNIT PRICE: AMOUNT: CLIN 0020 - (FFP) Transition TRANSITION (2 weeks) FOB: Destination Period of Performance: 1 Aug 2016 to 31 July 2017 (FFP) (OPTION I) NON-PERSONAL SEVICES NON-PERSONAL SERVICES: Provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform Integrated Solid Waste Management services at Kirtland Air Force Base for the PERIOD in accordance with the Performance-based Work Statement (PWS) dated: 18 May 2016 This CLIN is not separately priced; the requirement of this CLIN applies to all subsequent CLINS (1001-1019) FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1001 - (FFP) Municipal Solid Waste Collection Base Municipal Solid Waste Collection (PWS 1.1.1.1) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL: The contractor shall provide a unit price for each of the following items within this CLIN: Municipal Solid Waste Collection (all dumpsters contractor furnished) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 1002 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1003 - (FFP) Recyclable Collection-Base (FFP) Recyclable Collection-Base (PWS 1.1.1.3) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE FOLLOWING: The contractor shall provide a unit price for each of the following items within this CLIN: Cardboard Dumpster Collection (Government owned) QTY: 12, UNIT: MO, UNIT PRICE: High Grade White paper (all Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Aluminum Cans (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Shredded Paper (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Mixed Paper (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Toner cartridges (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Office Curbside Recycling Collection - (Provide cost for adding a recycle commodity to the curbside collection program, e.g., newspaper, etc.) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 1004 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1005 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1006 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1007 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1008 - (EST NTE) Unscheduled Items Pick-up and Special Events Unscheduled Items Pick-Up and Special Events (PWS 1.1.3.1) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Municipal Solid Waste / Bulk Waste collection (All Roll-Offs Contractor Furnished); (Estimate 192 per year) QTY: XX, UNIT: EA, UNIT PRICE: Unscheduled Items and Special Events (6-CY dumpsters); (Estimate 60 per year) QTY: XX, UNIT: EA, UNIT PRICE: Unscheduled Items and Special Events (Bulk Containers, 30 or 40-CY roll-offs); (Estimate 48 per year) QTY: XX, UNIT: EA, UNIT PRICE: Recycling Large Bulk Container Roll-Off and Trailer Collection; (Estimate 252 per year) QTY: XX, UNIT: EA, UNIT PRICE: Furnish Large Bulk Recycle Roll-Offs and Provide Transportation (e.g., from Bulk Recycle Center or other COR-designated location to off-base market); (Estimate 180 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 1009 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1010 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1011 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1012 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1013 - (EST NTE) Additional Pickups Additional Pickups (PWS 1.1.3.6) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Additional Pick-ups (6 CY dumpsters); (Estimate 12 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 1014 - (EST NTE) Container Relocations Container Relocations (PWS 1.1.3.7) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Container Relocations (6 CY dumpsters); (Estimate 50 per year) QTY: XX, UNIT: EA, UNIT PRICE: Bulk Containers, 30 or 40-CY roll-offs; (Estimate 10 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 1015 - (FFP) Operate Recycle Center-Base Operate Recycle Center (PWS 1.2) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL: The contractor shall provide a unit price for each of the following items within this CLIN: Furnish Scrap Metal Recycling Service (Including Roll-Offs, Marketing, and Hauling off-base) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 1016 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1017 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 CLIN 1018 - (FFP) Landfill Tipping Fees Landfill Tipping Fees (PWS 1.5) This Price is a fixed price per ton. (Estimate 1940 tons per year) FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 QTY: XX UNIT: Tons UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 1019 - (FFP) Contractor FTE Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ISWM Services via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the report creation and submission. FOB: Destination Period of Performance: 1 Aug 2017 to 31 July 2018 QTY: 1 UNIT: EA UNIT PRICE: AMOUNT: (FFP) (OPTION II) NON-PERSONAL SEVICES NON-PERSONAL SERVICES: Provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform Integrated Solid Waste Management services at Kirtland Air Force Base for the PERIOD in accordance with the Performance-based Work Statement (PWS) dated: 18 May 2016. This CLIN is not separately priced; the requirement of this CLIN applies to all subsequent CLINS (2001-2019) FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2001 - (FFP) Municipal Solid Waste Collection Base Municipal Solid Waste Collection (PWS 1.1.1.1) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL: The contractor shall provide a unit price for each of the following items within this CLIN: Municipal Solid Waste Collection (all dumpsters contractor furnished) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 2002 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2003 - (FFP) Recyclable Collection-Base (FFP) Recyclable Collection-Base (PWS 1.1.1.3) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE FOLLOWING: The contractor shall provide a unit price for each of the following items within this CLIN: Cardboard Dumpster Collection (Government owned) QTY: 12, UNIT: MO, UNIT PRICE: High Grade White paper (all Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Aluminum Cans (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Shredded Paper (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Mixed Paper (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Toner cartridges (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Office Curbside Recycling Collection - (Provide cost for adding a recycle commodity to the curbside collection program, e.g., newspaper, etc.) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 2004 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2005 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2006 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2007 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2008 - (EST NTE) Unscheduled Items Pick-up and Special Events Unscheduled Items Pick-Up and Special Events (PWS 1.1.3.1) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Municipal Solid Waste / Bulk Waste collection (All Roll-Offs Contractor Furnished); (Estimate 192 per year) QTY: XX, UNIT: EA, UNIT PRICE: Unscheduled Items and Special Events (6-CY dumpsters); (Estimate 60 per year) QTY: XX, UNIT: EA, UNIT PRICE: Unscheduled Items and Special Events (Bulk Containers, 30 or 40-CY roll-offs); (Estimate 48 per year) QTY: XX, UNIT: EA, UNIT PRICE: Recycling Large Bulk Container Roll-Off and Trailer Collection; (Estimate 252 per year) QTY: XX, UNIT: EA, UNIT PRICE: Furnish Large Bulk Recycle Roll-Offs and Provide Transportation (e.g., from Bulk Recycle Center or other COR-designated location to off-base market); (Estimate 180 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 2009 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2010 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2011 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2012 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2013 - (EST NTE) Additional Pickups Additional Pickups (PWS 1.1.3.6) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Additional Pick-ups (6 CY dumpsters); (Estimate 12 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 2014 - (EST NTE) Container Relocations Container Relocations (PWS 1.1.3.7) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Container Relocations (6 CY dumpsters); (Estimate 50 per year) QTY: XX, UNIT: EA, UNIT PRICE: Bulk Containers, 30 or 40-CY roll-offs; (Estimate 10 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 2015 - (FFP) Operate Recycle Center-Base Operate Recycle Center (PWS 1.2) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL: The contractor shall provide a unit price for each of the following items within this CLIN: Furnish Scrap Metal Recycling Service (Including Roll-Offs, Marketing, and Hauling off-base) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 2016 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 2017 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 CLIN 0018 - (FFP) Landfill Tipping Fees Landfill Tipping Fees (PWS 1.5) This Price is a fixed price per ton. (Estimate 1940 tons per year) FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 QTY: XX UNIT: Tons UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 2019 - (FFP) Contractor FTE Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ISWM Services via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the report creation and submission. FOB: Destination Period of Performance: 1 Aug 2018 to 31 July 2019 QTY: 1 UNIT: EA UNIT PRICE: AMOUNT: (FFP) (OPTION III) NON-PERSONAL SEVICES NON-PERSONAL SERVICES: Provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform Integrated Solid Waste Management services at Kirtland Air Force Base for the PERIOD in accordance with the Performance-based Work Statement (PWS) dated: 18 May 2016. This CLIN is not separately priced; the requirement of this CLIN applies to all subsequent CLINS (3001-3019) FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3001 - (FFP) Municipal Solid Waste Collection Base Municipal Solid Waste Collection (PWS 1.1.1.1) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL: The contractor shall provide a unit price for each of the following items within this CLIN: Municipal Solid Waste Collection (all dumpsters contractor furnished) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 3002 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3003 - (FFP) Recyclable Collection-Base (FFP) Recyclable Collection-Base (PWS 1.1.1.3) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE FOLLOWING: The contractor shall provide a unit price for each of the following items within this CLIN: Cardboard Dumpster Collection (Government owned) QTY: 12, UNIT: MO, UNIT PRICE: High Grade White paper (all Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Aluminum Cans (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Shredded Paper (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Mixed Paper (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Toner cartridges (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Office Curbside Recycling Collection - (Provide cost for adding a recycle commodity to the curbside collection program, e.g., newspaper, etc.) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 3004 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3005 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3006 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3007 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3008 - (EST NTE) Unscheduled Items Pick-up and Special Events Unscheduled Items Pick-Up and Special Events (PWS 1.1.3.1) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Municipal Solid Waste / Bulk Waste collection (All Roll-Offs Contractor Furnished); (Estimate 192 per year) QTY: XX, UNIT: EA, UNIT PRICE: Unscheduled Items and Special Events (6-CY dumpsters); (Estimate 60 per year) QTY: XX, UNIT: EA, UNIT PRICE: Unscheduled Items and Special Events (Bulk Containers, 30 or 40-CY roll-offs); (Estimate 48 per year) QTY: XX, UNIT: EA, UNIT PRICE: Recycling Large Bulk Container Roll-Off and Trailer Collection; (Estimate 252 per year) QTY: XX, UNIT: EA, UNIT PRICE: Furnish Large Bulk Recycle Roll-Offs and Provide Transportation (e.g., from Bulk Recycle Center or other COR-designated location to off-base market); (Estimate 180 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 3009 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3010 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3011 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3012 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3013 - (EST NTE) Additional Pickups Additional Pickups (PWS 1.1.3.6) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Additional Pick-ups (6 CY dumpsters); (Estimate 12 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 3014 - (EST NTE) Container Relocations Container Relocations (PWS 1.1.3.7) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Container Relocations (6 CY dumpsters); (Estimate 50 per year) QTY: XX, UNIT: EA, UNIT PRICE: Bulk Containers, 30 or 40-CY roll-offs; (Estimate 10 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 3015 - (FFP) Operate Recycle Center-Base Operate Recycle Center (PWS 1.2) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL: The contractor shall provide a unit price for each of the following items within this CLIN: Furnish Scrap Metal Recycling Service (Including Roll-Offs, Marketing, and Hauling off-base) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 3016 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3017 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 CLIN 3018 - (FFP) Landfill Tipping Fees Landfill Tipping Fees (PWS 1.5) This Price is a fixed price per ton. (Estimate 1940 tons per year) FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 QTY: XX UNIT: Tons UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 3019 - (FFP) Contractor FTE Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ISWM Services via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the report creation and submission. FOB: Destination Period of Performance: 1 Aug 2019 to 31 July 2020 QTY: 1 UNIT: EA UNIT PRICE: AMOUNT: (FFP) (OPTION IV) NON-PERSONAL SEVICES NON-PERSONAL SERVICES: Provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform Integrated Solid Waste Management services at Kirtland Air Force Base for the PERIOD in accordance with the Performance-based Work Statement (PWS) dated: 18 May 2016. This CLIN is not separately priced; the requirement of this CLIN applies to all subsequent CLINS (4001-4019) FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4001 - (FFP) Municipal Solid Waste Collection Base Municipal Solid Waste Collection (PWS 1.1.1.1) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL: The contractor shall provide a unit price for each of the following items within this CLIN: Municipal Solid Waste Collection (all dumpsters contractor furnished) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 4002 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4003 - (FFP) Recyclable Collection-Base (FFP) Recyclable Collection-Base (PWS 1.1.1.3) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE FOLLOWING: The contractor shall provide a unit price for each of the following items within this CLIN: Cardboard Dumpster Collection (Government owned) QTY: 12, UNIT: MO, UNIT PRICE: High Grade White paper (all Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Aluminum Cans (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Shredded Paper (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Mixed Paper (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Toner cartridges (All Containers and Roll-Offs Contractor Furnished) QTY: 12, UNIT: MO, UNIT PRICE: Office Curbside Recycling Collection - (Provide cost for adding a recycle commodity to the curbside collection program, e.g., newspaper, etc.) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 4004 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4005 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4006 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4007 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4008 - (EST NTE) Unscheduled Items Pick-up and Special Events Unscheduled Items Pick-Up and Special Events (PWS 1.1.3.1) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Municipal Solid Waste / Bulk Waste collection (All Roll-Offs Contractor Furnished); (Estimate 192 per year) QTY: XX, UNIT: EA, UNIT PRICE: Unscheduled Items and Special Events (6-CY dumpsters); (Estimate 60 per year) QTY: XX, UNIT: EA, UNIT PRICE: Unscheduled Items and Special Events (Bulk Containers, 30 or 40-CY roll-offs); (Estimate 48 per year) QTY: XX, UNIT: EA, UNIT PRICE: Recycling Large Bulk Container Roll-Off and Trailer Collection; (Estimate 252 per year) QTY: XX, UNIT: EA, UNIT PRICE: Furnish Large Bulk Recycle Roll-Offs and Provide Transportation (e.g., from Bulk Recycle Center or other COR-designated location to off-base market); (Estimate 180 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 4009 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4010 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4011 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4012 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4013 - (EST NTE) Additional Pickups Additional Pickups (PWS 1.1.3.6) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Additional Pick-ups (6 CY dumpsters); (Estimate 12 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 4014 - (EST NTE) Container Relocations Container Relocations (PWS 1.1.3.7) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL THE ITEMS IN THE EXTENDED DISCRIPTION: The contractor shall provide a fixed unit price that includes hauling costs for each of the following items within this CLIN (Please base the total amount of this CLIN on the Estimate numbers): Container Relocations (6 CY dumpsters); (Estimate 50 per year) QTY: XX, UNIT: EA, UNIT PRICE: Bulk Containers, 30 or 40-CY roll-offs; (Estimate 10 per year) QTY: XX, UNIT: EA, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 QTY: XX UNIT: LOT UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 4015 - (FFP) Operate Recycle Center-Base Operate Recycle Center (PWS 1.2) THIS CLIN SHOULD BE THE AGGREGATE VALUE OF ALL: The contractor shall provide a unit price for each of the following items within this CLIN: Furnish Scrap Metal Recycling Service (Including Roll-Offs, Marketing, and Hauling off-base) QTY: 12, UNIT: MO, UNIT PRICE: FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 QTY: 12 UNIT: MO UNIT PRICE: AMOUNT: CLIN 4016 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4017 - (FFP) RESERVED FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 CLIN 4018 - (FFP) Landfill Tipping Fees Landfill Tipping Fees (PWS 1.5) This Price is a fixed price per ton. (Estimate 1940 tons per year) FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 QTY: XX UNIT: Tons UNIT PRICE: AMOUNT: NOT TO EXCEED: (This will be established upon award) CLIN 4019 - (FFP) Contractor FTE Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ISWM Services via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. THE FOLLOWING IS APPLICABLE TO A PRICED CLIN ONLY: The price for this CLIN shall be only for the report creation and submission. FOB: Destination Period of Performance: 1 Aug 2020 to 31 July 2021 QTY: 1 UNIT: EA UNIT PRICE: AMOUNT: All offers are due no later than 4:00 P.M. Mountain Standard Time, 23 June 2016. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2015) 1.0 Service Structure and Objectives The Contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform Integrated Solid Waste Management (ISWM) services at Kirtland Air Force Base, Albuquerque, New Mexico. 2.0 General Instructions This section provides general guidance for preparing proposals. The offer shall be compliant with the requirements as stated in the Performance Work Statement (PWS). Non-compliance with these instructions may result in an unfavorable proposal evaluation. The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the offeror's proposal. In accordance with FAR 13.106-2(b) offerors are notified that award will be made on the basis of lowest price technically acceptable. Technical acceptability is determined by conformance to all details described in Parts I-IV. Offerors will be evaluated in accordance with FAR 13.106-2. 2.1 General Information 2.1.1. Point of Contact The Contracting Specialist (CS) and Contracting Officer (CO) is the point of contact for this acquisition. Address any questions or concerns you may have to the CS Mr. Ernest Hernandez at ernest.hernandez.1@us.af.mil or SSgt Kory A. Koski at kory.koski@us.af.mil. The CO for this acquisition is Mr. Gilbert Martinez and his email gilbert.martinez.6@us.af.mil. Written requests for clarification should be sent to all three points of contact. 2.1.2. Discrepancies If an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the CO in writing with supporting rationale as well as the remedies the offeror is asking the CO to consider as related to the omission or error. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. This reservation includes matters of additional or substitute pages of the initial proposal. 2.1.3. Communications Exchanges of source selection information between Government and offerors will be controlled by the CO. Email may be used to transmit such information to offerors only if the email can be sent and received encrypted and includes "Source Selection Information - See FAR 2.101 & 3.104" in the Subject line. 2.2 Organization/Number of Copies/Page Limits The offeror shall prepare the proposal as set forth in the Proposal Organization Table (Table 2.2 below). The titles and contents of the volumes shall be as defined in this table, all of which shall be within the required page limits and with the number of copies as specified in Table 2.2. The contents of each proposal volume are described in the ITO paragraph as noted in the table below: Table 2.2 - Proposal Organization PART ITO Paragraph Number PART TITLE COPIES PAGE LIMIT I 3.0 Executive Summary 1 3 Pages II 4.0 Price Proposal 1 22 pages III 5.0 Technical Proposal 1 20 pages IV 6.0 Past Performance Information 1 1 cover page; 3 page max for each submitted contract. No more than 3 contracts may be submitted 2.2.1 Page Limitations Page limitations shall be treated as maximums. If exceeded, the excess pages will not be read or considered in the evaluation of the proposal and excess paper copies will be returned to the offeror as soon as practicable. 2.2.2 Pricing Related Data Pricing data shall be addressed ONLY in the Price volume. Cost trade off information, work hour estimates, and material kinds and quantities may be used in other volumes only as appropriate for presenting rationale for alternatives or trade off decisions. 2.2.3 Cross-Referencing To the greatest extent possible, each volume shall be written on a stand alone basis so that its contents may be evaluated with a minimum of cross referencing to other volumes of the proposal. Information required for proposal evaluation which is not found in its designated volume will be assumed to have been omitted from the proposal. Cross-referencing within a proposal volume is permitted where its use would conserve space without impairing clarity. 2.2.4 Indexing Each volume shall contain a more detailed table of contents to delineate the subparagraphs within that volume. Tab indexing shall be used to identify sections. 2.2.5 Glossary of Abbreviations and Acronyms Each volume shall contain a glossary of all abbreviations and acronyms used, and with an explanation for each. Glossaries do not count against the page limitations for their respective volumes. 2.2.6 Submittal instructions for proposal Part I through IV shall be as follows: Submit original (labeled as such), plus one (1) copy (labeled as such) in 2" binders of each proposal part, and one (1) Compact Disc (CD) that contains all proposal documentation via mail, plus one (1) electronically via email (kory.koski@us.af.mil) to: SSgt Kory Koski Contracting Specialist 377 MSG/ Contracting Division Bldg. 20202, Room 106 3.0 Part I- Volume I Executive Summary (3 page max) In the executive summary part, the offeror shall provide the following information: 3.1 Narrative Summary The narrative summary of the entire proposal should be concise, to include addressing the significant risks, and highlighting any key or unique features, excluding cost/price. The salient features should tie in with evaluation factors/subfactors. Any summary material presented here shall not be considered as meeting the requirements for any portions of other volumes of the proposal. 3.2 Table of Contents Include a master table of contents of the entire proposal. 3.3 Authorized Offeror Personnel Provide the name, title, and telephone number of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. Also, identify those individuals authorized to negotiate with the Government. 3.4 Company/Division Address, Identifying Codes, and Applicable Designations Provide company/division's street address, county and facility code; CAGE code; DUNS code; TIN; size of business (large or small); and labor surplus area designation. This same information must be provided if the work for this contract will be performed at any other location(s). List all locations where work is to be performed and indicate whether such facility is a division, affiliate, or subcontractor, and the percentage of work to be performed at each location. 3.5 Fill in Provisions and Clauses (not counted against page limit) Complete the necessary fill-ins and certifications for applicable provisions and clauses. The offeror shall submit only those pages that require a fill-in. 3.6 Small business Administration Certificate (not counted against page limit) If applicable, provide a copy of the letter from the Small Business Administration (SBA) showing proof of Section 8(a) status. 4.0 Part II - Price Proposal (2 pages max, excluding sheets that specifically price the Contract Line Item Number (CLIN) sheets) In the Price Proposal part, the offeror shall provide the following information: 4.1 By providing a proposal, the offeror accedes to the contract terms and conditions as written in the RFP. 4.2 Insert proposed FFP amounts for each Contract Line Item Numbers (CLIN), including all ordering periods. Fill in FFP amounts and give FFP overall estimation for the period of performance based on historical information and workload given. 4.3 Provide a summary breakdown of direct labor, material, equipment, subcontracts, overhead, and profit for the listed item(s) to be priced. (2 pages max) NOTE: Total pricing must also be included as a whole for the entire contract to include the contract's options. 5.0 Part III - Technical Proposal (20 page maximum) 5.1 General The Technical Volume should be specific and complete. Legibility, clarity, and coherence are very important. Your responses will be evaluated against the Technical Evaluation Factors for Award. Using the instructions provided below, provide as specifically as possible the actual methodology you would use for accomplishing/satisfying these factors. All the requirements specified in the solicitation are mandatory. By your proposal submission, you are representing that your firm will perform all the requirements specified in the solicitation. It is not necessary or desirable for you to tell us so in your proposal. Do not merely reiterate the objectives or reformulate the requirements specified in the solicitation. 5.2 Format and Specific Content 5.2.1 Technical In the technical volume, address your technical solution for meeting or exceeding the Government's minimum performance or capability requirements of the technical factor. 5.2.1.1 Technical Factors: The Government's technical evaluation team shall evaluate the technical proposals on an acceptable or unacceptable basis, assigning one of the ratings described below in Table 1. Only those proposals determined to be technically acceptable in all factors, either initially or as a result of discussions, will be considered for award. However, the Contractor is reminded the Government reserves the right to award this effort based on the initial proposal, as received, without discussions. Technical acceptability shall be determined based on the following factors: The proposals shall be evaluated against the following sub-factors: If one of the sub-factors is found unacceptable the contractor proposal will be considered Technically "Unacceptable". (a) Work Plan: The offeror shall list and describe labor, equipment, tools, materials, vehicles, and all other items and services the offeror will provide to adequately meet contract requirements. The offeror must describe the approach to accomplishing the work including processes/schedules, frequency of inspections, and the plan to ensure the safety of Government property & personnel, and contractor employees, and proper disposal of all refuse and collection of all recyclables as required in the PWS dated 18 May 2016. Offerors must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 1. and 2.) Work Plan must be addressed as follows: (a.1) Labor: The offeror must show proof that he has qualified individuals that will be actually collecting refuse, or provide an extensive plan of how they will ensure that personnel are trained, have licenses, certifications and Kirtland AFB security clearances completed prior to start of the period of performance. Offeror must provide the current licenses and certificates of those individuals that will actually be working on this contract. Individuals working on the contract will need to be able to get security clearances to operate unescorted in restricted areas on Kirtland AFB. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 4.5.1. and 4.7. through 4.7.4.) (a.2) Equipment, tools, materials, vehicles, and other items and services necessary that will be provided (Reference PWS Paragraph 1.) to adequately service the installation. The offeror must list the actual equipment that they currently have on hand and would be used for this contract purpose. The offeror must list the equipment that they will provide that they currently do not have and give a written plan of how it is going to be made available for this contract. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (a.3) Approach to accomplishing the work including processes/schedules and frequency of inspections: Offeror must provide their approach to accomplishing the work including processes/schedules and frequency of inspections. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraph 1. and 2.) Offeror must provide their schedule of maintenance including cleaning and painting for the basic year and each option year. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 1.4. and 1.4.1.) Offeror must provide an example of the monthly log (this information should arrive from the daily log) that they will be maintaining and turned in monthly with the invoice. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. Offeror must provide name and address of facility/facilities used off base for cleaning, painting and maintenance (This work is not allowed to be done on the base; Reference PWS Paragraphs 1.4. and 1.4.1.) The government reserves the right to inspect facilities for these services. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. Offeror must provide example inspection reports (i.e. daily logs), that they will use to ensure that all dumpsters are meeting compliance. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (a.4) Plan to ensure the safety of Government property & personnel, and the contractor employees as outlined in the PWS (Reference PWS Paragraphs 4.7. and 4.10.) Offeror must provide the plan to keep contractor employees and government property and personnel safe. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (a.5) Transition Plan: Offeror shall identify how they plan to accomplish their transition phase in and transition phase out (approximately 45 to 30 days or less) and cooperate and coordinate fully with the service providers. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 1.1.1.1., 1.6.1. and 1.6.2.) (b) Standards: The offeror must describe their capability to perform to the standards in the contact as well as all local, state, and federal regulations and others as described in PWS (Reference PWS Paragraph 4.10.1.) with a focus on safety, sanitation and customer service. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (c) Capability: The offeror shall list and describe their capability to provide: (i) all the required types of containers, compactors or other equipment; (ii) storage; (iii) emergency services; and (iv) for special events. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 1. and 2.) (c1.) Capability: The offeror must list and describe their capability to (i) handle recyclable materials, (ii) perform maintenance, and (iii) provide personal protective equipment (PPE) to adequately service the installation. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 1. and 2.) (d) Quality Control Program (Reference PWS Paragraph 4.1.): The offeror must submit their quality control plan. ***Failure to fully address and provide all of the above criteria shall result in the Contractor's proposal being considered Technically "Unacceptable" for this project. 6.0 Volume IV- Past Performance 1 cover page for any explanatory notes, & 3 page max for each submitted contract, with a total maximum of no more than 3 contracts that may be submitted. (a) Provide no more than three (3) completed Past Performance Information forms. (Attachment 3 and 4 to the solicitation) Projects chosen shall be recent and relevant as defined below. All blocks on the Past Performance Information form must be completed and all data must be accurate, current and complete, to include the DUNS number and two (2) Points of Contacts/References for each project. The Offeror is responsible for validation of contact information for the Points of Contact/References. RELEVANT Past Performance is defined as performance on projects that are similar in size, scope, complexity and dollar magnitude as the project described in this solicitation. For dollar magnitude, similar will be defined as a range from 50% to 100% of subject project's estimated contract value. RECENT Past Performance is defined as performance on projects that are in progress or are 100% complete and were completed no more than three (3) years from the date of this solicitation. (b) If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past relevant contracts. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (d.) Documents submitted in response to this RFP must be fully responsive to and consistent with the following: 1. Requirements of the RFP (CLINs & PWS) and government standards and regulations pertaining to the PWS. 2. Evaluation Factors for Award in this RFP. 3. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in Table 2.2 will not be read or evaluated, and will be removed from the proposal. 4. Format for proposal Parts I, II, III and IV shall be as follows: (a) The proposals will be 8 1/2" x 11" paper except for fold-outs used for charts, tables, or diagrams, which may not exceed 11" x 17". The contractor shall number each page in order to eliminate any confusion. The same limitations apply to both the original copies, and each of the two sets of photocopies. (b) A page is defined as one face of a sheet of paper containing information. (c) Typing shall not be less than 12 pitch. (d) Elaborate formats, bindings or color presentations are not desired or required. 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: Factor 1: Price Factor 2: Technical Acceptability Factor 3: Past Performance (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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 an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. PROPOSAL EVALUATION AND CONTRACT AWARD LOWEST-PRICED, TECHNICALLY ACCEPTABLE (LPTA) a. Basis for Contract Award This is a Lowest Price Technically Acceptable (LPTA) evaluation conducted under Federal Acquisition Regulation 13.5 procedures while utilizing Federal Acquisition Regulation 15.101-2 Lowest Price Technically Acceptable Source Selection Procedures. Simplified Acquisition Procedures, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), the Air Force Federal Acquisition Regulation Supplement (AFFARS), DoD Source Selection Procedures, Appendix A, 04 March 2011 and Air Force Mandatory Procedures 5315.3 21 April 2014. These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. The Government will select the proposal with the lowest evaluated price from among those meeting the acceptability standards for non-price factors. Contract(s) may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, as supplemented, whose proposal conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by 52.212-1 of this solicitation) and is judged, based on the evaluation factors and sub-factors, to represent the lowest price technically acceptable proposal. While the Government will strive for maximum objectivity, the source selection process, by its nature, is subjective; and therefore, professional judgment is implicit throughout the entire process. b. Number of Contracts to be Awarded One (1) Firm Fixed Price (FFP) contract will be awarded for this requirement. c. Evaluation Process Proposals shall be ranked according to lowest reasonable price, in ascending order, including all option prices, if applicable. The government will then evaluate the lowest priced proposal submitted first. The lowest priced proposal will be evaluated IAW the evaluation factors established for technical and past performance before proceeding to the next proposal. If the lowest reasonably price proposal receives technically acceptable ratings for all technical factors/sub-factors, then it will be evaluated for recent and relevant past performance. If this lowest priced technically acceptable proposal receives acceptable past performance ratings no further evaluation of proposals will occur and award shall be made to that offeror without further consideration of any other proposals. If, however, after evaluating the lowest priced proposal and it is found to have unacceptable technical ratings, no past performance information will be evaluated for that proposal and the next lowest priced proposal will be evaluated for technical acceptability and the evaluation process will continue until the lowest price technically acceptable proposal with acceptable past performance is established. Therefore, pursuant to this evaluation scheme of LPTA, it is possible that proposals with higher prices may not be evaluated for technical merit or past performance, if a lower, reasonably rated proposal with acceptable ratings in the other factors is chosen for award. d. Correction Potential of Proposals The Government will consider, throughout the evaluation, the "correction potential" of any deficiency. The judgment of such "correction potential" is within the sole discretion of the Government. If an aspect of a Contractor's proposal does not meet the Government's requirements and is not considered correctable without major revisions through discussions, the Contractor may be excluded/eliminated from further consideration. e. Clarifications/Discussions While it is the intent of the government to award without discussions/clarifications, the government may decide to enter into clarifications/discussions at any time. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. Discussions shall be entered into with the offeror(s) the government has determined to be the lowest price offeror(s) with correction potential. This process may result in some, higher priced quotes, not being evaluated. Contractor responses to Evaluation Notices (ENs) and the Final Proposal Revision (FPR) will be considered in making the source selection decision. If the Contractor's proposal has been evaluated as acceptable at the time discussions are closed, any changes or exceptions in the Final Proposal Revision are subject to evaluation and may introduce risk that the Contractor's proposal be determined unacceptable and ineligible for award. Offerors are cautioned to submit sufficient information and in the format specified in Instructions to Offerors. Offeror's may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. f. Solicitation Requirements, Terms and Conditions Contractors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors. Failure to comply with the terms and conditions of the solicitation may result in the Contractor being ineligible for award. Contractors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable. I. EVALUATION FACTORS a. Evaluation Factors The following evaluation factors will be used to evaluate each proposal. The Government will evaluate proposals for acceptability, but will not rank the proposals by the non-price factors. Factor 1: Price Factor 2: Technical Acceptability Factor 3: Past Performance b. Price Evaluation. An offeror's proposed prices (FFP CLINs 0001-4016) will be determined by the Total Price to include all options. The Contractor's Price Proposal will be evaluated, for award purposes, based on the total price proposed for basic requirements (base periods) and all options, using one or more of the techniques defined in FAR 15.404-1(b), in order to determine if the price is fair and reasonable. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay in the conduct of competitive business. Offers determined to be unreasonable will be unawardable. Proposals shall be ranked according to lowest reasonable price, in ascending order, including all option prices, if applicable. The government will then evaluate the lowest priced proposal submitted first. The lowest priced proposal will be evaluated IAW the evaluation factors established for technical and past performance before proceeding to the next proposal. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, second option, third option, fourth option and one-half of the forth option. Offerors are required only to price the base, first, second, third, and fourth options. Offerors shall not submit a price for the potential one-half year extension of services period. *NOTE: Incumbent contractor shall not submit price for transition CLIN on solicitation in their proposal. c. Technical Factors: The Government's technical evaluation team shall evaluate the technical proposals on an acceptable or unacceptable basis, assigning one of the ratings described below in Table 1. Only those proposals determined to be technically acceptable in all factors, either initially or as a result of discussions, will be considered for award. However, the Contractor is reminded the Government reserves the right to award this effort based on the initial proposal, as received, without discussions. Technical acceptability shall be determined based on the following factors: The proposals shall be evaluated against the following sub-factors: If one of the sub-factors is found unacceptable the contractor proposal will be considered Technically "Unacceptable". (a) Work Plan: The offeror shall list and describe labor, equipment, tools, materials, vehicles, and all other items and services the offeror will provide to adequately meet contract requirements. The offeror must describe the approach to accomplishing the work including processes/schedules, frequency of inspections, and the plan to ensure the safety of Government property & personnel, and contractor employees, and proper disposal of all refuse and collection of all recyclables as required in the PWS dated 18 May 2016. Offerors must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 1. and 2.) Work Plan must be addressed as follows: (a.1) Labor: The offeror must show proof that he has qualified individuals that will be actually collecting refuse, or provide an extensive plan of how they will ensure that personnel are trained, have licenses, certifications and Kirtland AFB security clearances completed prior to start of the period of performance. Offeror must provide the current licenses and certificates of those individuals that will actually be working on this contract. Individuals working on the contract will need to be able to get security clearances to operate unescorted in restricted areas on Kirtland AFB. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 4.5.1. and 4.7. through 4.7.4.) (a.2) Equipment, tools, materials, vehicles, and other items and services necessary that will be provided (Reference PWS Paragraph 1.) to adequately service the installation. The offeror must list the actual equipment that they currently have on hand and would be used for this contract purpose. The offeror must list the equipment that they will provide that they currently do not have and give a written plan of how it is going to be made available for this contract. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (a.3) Approach to accomplishing the work including processes/schedules and frequency of inspections: Offeror must provide their approach to accomplishing the work including processes/schedules and frequency of inspections. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraph 1. and 2.) Offeror must provide their schedule of maintenance including cleaning and painting for the basic year and each option year. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 1.4. and 1.4.1.) Offeror must provide an example of the monthly log (this information should arrive from the daily log) that they will be maintaining and turned in monthly with the invoice. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. Offeror must provide name and address of facility/facilities used off base for cleaning, painting and maintenance (This work is not allowed to be done on the base; Reference PWS Paragraphs 1.4. and 1.4.1.) The government reserves the right to inspect facilities for these services. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. Offeror must provide example inspection reports (i.e. daily logs), that they will use to ensure that all dumpsters are meeting compliance. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (a.4) Plan to ensure the safety of Government property & personnel, and the contractor employees as outlined in the PWS (Reference PWS Paragraphs 4.7. and 4.10.) Offeror must provide the plan to keep contractor employees and government property and personnel safe. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (a.5) Transition Plan: Offeror shall identify how they plan to accomplish their transition phase in and transition phase out (approximately 45 to 30 days or less) and cooperate and coordinate fully with the service providers. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 1.1.1.1., 1.6.1. and 1.6.2.) (b) Standards: The offeror must describe their capability to perform to the standards in the contact as well as all local, state, and federal regulations and others as described in PWS (Reference PWS Paragraph 4.10.1.) with a focus on safety, sanitation and customer service. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (c) Capability: The offeror shall list and describe their capability to provide: (i) all the required types of containers, compactors or other equipment; (ii) storage; (iii) emergency services; and (iv) for special events. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 1. and 2.) (c1.) Capability: The offeror must list and describe their capability to (i) handle recyclable materials, (ii) perform maintenance, and (iii) provide personal protective equipment (PPE) to adequately service the installation. Offers must meet these requirements under the PWS dated 18 May 2016, to be determined acceptable. (Reference PWS Paragraphs 1. and 2.) (d) Quality Control Program (Reference PWS Paragraph 4.1.): The offeror must submit their quality control plan. ***Failure to fully address and provide all of the above criteria shall result in the Contractor's proposal being considered Technically "Unacceptable" for this project. Table 1 - Technical Evaluation Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. a. Past Performance Evaluation: The Government shall seek recent and relevant performance information on the lowest priced technically acceptable offeror based on (1) the past efforts provided by the offeror and (2) data independently obtained from other government and commercial sources. If the past performance is found acceptable for the lowest priced technically acceptable offer, then the evaluation process will stop and award will be made to that offeror and no other offers will be considered for evaluation. Relevant Past Performance is defined as performance on projects that are similar in size, scope, complexity and dollar magnitude as the project described in this solicitation. Recent past performance is defined as performance on projects that are in progress or are 100% complete and were completed no more than three (3) years prior to the date of this solicitation. Past Performance will be rated on an "acceptable" or "unacceptable" basis using the ratings in Table 2. Table 2 - Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." The Contractor Performance Assessment Reporting System (to include Past Performance Information Retrieval System) will be utilized to validate past performance ratings on Department of Defense contracts, as well as any other past performance information sources the Government deems necessary to evaluate a contractor's past performance. Any and all of this information may be used when evaluating past performance of Offerors if it is determined to be recent and relevant by the Contracting Officer. CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment AUG 2013 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.217-5 Evaluation Of Options JUL 1990 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2014 52.222-99 (Dev) Establishing a Minimum Wage for Contractors (Deviation 2014-O0017) JUN 2014 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-10 Waste Reduction Program MAY 2011 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.229-3 Federal, State And Local Taxes FEB 2013 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-9 Limitation On Withholding Of Payments APR 1984 52.232-11 Extras APR 1984 52.232-15 Progress Payments Not Included APR 1984 52.232-17 Interest MAY 2014 52.232-23 Assignment Of Claims MAY 2014 52.233-1 Disputes MAY 2014 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay Of Work APR 1984 52.245-1 Government Property APR 2012 52.245-9 Use And Charges APR 2012 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-25 Limitation Of Liability--Services FEB 1997 52.249-2 Termination For Convenience Of The Government (Fixed-Price) APR 2012 52.249-4 Termination For Convenience Of The Government (Services) (Short Form) APR 1984 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.204-7000 Disclosure Of Information AUG 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 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7002 Disclosure Of Ownership Or Control By A Foreign Government JUN 2010 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) Are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have ( ) have not ( ), within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are ( ) are not ( ) presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision.; and (D) Have, have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has ( ) has not ( ), within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of provision) 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 2013) (a) Definitions. As used in this provision-- Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means-- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in-- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) (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 $3,500, and offers of $3,500 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) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (a) Definitions. As used in this provision -- "Economically disadvantaged women-owned small business (EDWOSB) Concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. Inverted domestic corporation means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except-- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology-- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically-- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Subsidiary means an entity in which more than 50 percent of the entity is owned-- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)", means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted electronically on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ___. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, ( ___ ) is not a women-owned small business concern. Note to paragraphs (c)(8) and (9): Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that-- (i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ -.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ___ ) is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___ (10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that-- (i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ___ ) has, ( ___ ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ___ ) has, ( ___ ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ___ ) has developed and has on file, ( ___ ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ___ ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American --Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American--Supplies." (2) Foreign End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms ``Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,'' ``commercially available off-the-shelf (COTS) item,'' ``component,'' ``domestic end product,'' ``end product,'' ``foreign end product,'' ``Free Trade Agreement country,'' ``Free Trade Agreement country end product,'' ``Israeli end product,'' and ``United States'' are defined in the clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act.'' (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American -Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. ___ ___ ___ [List as necessary] (3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (4) Buy American--Free Trade Agreements--Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American --Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled ``Trade Agreements''. (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ___ ___ ___ ___ ___ ___ [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that -- (1) The offeror and/or any of its principals ( ___ ) are, ( ___ ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, (2) ( ___ ) Have, ( ___ ) have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) ( ___ ) Are, ( ___ ) are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ( ___ ) Have, ( ___ ) have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed end products. Listed End Product Listed Countriesof Origin ___ ___ ___ ___ ___ ___ (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ___ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ___ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ___ ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ___ ) Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] [ ___ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror ( ___ ) does ( ___ ) does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ___ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror ( ___ ) does ( ___ ) does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ( ___ ) TIN: --------------------. ( ___ ) TIN has been applied for. ( ___ ) TIN is not required because: ( ___ ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ( ___ ) Offeror is an agency or instrumentality of a foreign government; ( ___ ) Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ( ___ ) Sole proprietorship; ( ___ ) Partnership; ( ___ ) Corporate entity (not tax-exempt); ( ___ ) Corporate entity (tax-exempt); ( ___ ) Government entity (Federal, State, or local); ( ___ ) Foreign government; ( ___ ) International organization per 26 CFR 1.6049-4; ( ___ ) Other ----------. (5) Common parent. ( ___ ) Offeror is not owned or controlled by a common parent; ( ___ ) Name and TIN of common parent: Name - ___. TIN - ___. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations- (1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (2) Representation. By submission of its offer, the offeror represents that-- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror-- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a DUNS Number in the solicitation. (1) The Offeror represents that it [ ___ ] has or [ ___ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture. (2) If the Offeror indicates ``has'' in paragraph (p)(1) of this provision, enter the following information: Immediate owner CAGE code: ___ Immediate owner legal name: ___ (Do not use a ``doing business as'' name) Is the immediate owner owned or controlled by another entity: [ ___ ] Yes or [ ___ ] No. (3) If the Offeror indicates ``yes'' in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest-level owner CAGE code: ___ Highest-level owner legal name: ___ (Do not use a ``doing business as'' name) (End of Provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 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.) _X__ (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.) _X__ (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] _X___ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. _X___ (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)). _X___ (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). _X___ (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)). _X___ (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). _X___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X___ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X___ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). _X___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). _X___ (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). _X___ (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. _X___ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American--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). _X___ (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)). _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 (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) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _X____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _X____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _X____ (4) 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). _____ (5) 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). _____ (6) 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). _____ (7) 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). _____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). ` _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (10) 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) (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) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) _____ (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). (xii) 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.) (xiii) 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) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 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). (xvii) 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. (xviii) 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) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed Price (FFP) contract resulting from this solicitation. (End of provision) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) Years and Six (6) Months.. (End of clause) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014) (a) Definitions. As used in this provision-- Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned small business concern means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) The North American Industry Classification System (NAICS) code for this acquisition is 562111. (2) The small business size standard is $38.5M. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (c) Representations. (1) The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ___ ] is, [ ___ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that-- (i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___ --.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ --.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___ --.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of provision) 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that -- (a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) ( ) It has, ( ) has not, filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) The offeror represents that (a) [ ] it has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of provision) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits 99730 Refuse Collector $10.99 Grade Equivalent in Civil Service: WG-02 (End of clause) 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed prescribe, or (2) until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from SSgt Kory Koski, 377 MSG/Contracting Division, 8500 Gibson SE, Building 20202, Kirtland AFB, NM, 87117 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) 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): http://farsite.hill.af.mil (End of provision) 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): http://farsite.hill.af.mil (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Federal Acquistion Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 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). INVOICE 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. Inspection: Destination Acceptance: Destination (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 F03000 Issue By DoDAAC FA9401 Admin DoDAAC FA9401 Inspect By DoDAAC FA9401 Ship To Code F2K2AC Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) ____ Accept at Other DoDAAC F2K2AC LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (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. Mark.plumley@us.af.mil Ernest.hernandez.1@us.af.mil Kory.koski@us.af.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. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it: ____ (1) Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ____ (2) Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) AFFARS 5352.201-9101 AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (Apr 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact: Air Force Installation Contracting Agency (AFICA)/KG (OL-Global Strike Command) 841 Fairchild Ave Building 5571, Rm 327 Barksdale AFB, LA 71110 Phone:(318)456-6336 Fax: (318)456-7861 Email: ig.afica_kg.workflow@us.af.mil And the AFICA HQ Ombudsman is: AFICA/KP Director 1940 Allbrook Drive, Building 1 Wright-Patterson AFB OH 45433 Phone: (937)257-5529 Fax: (937)-656-0919 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) AFFARS 5352.223-9001 5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) AFFARS 5352.242-9000 5352.242-9000 Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and a copy of the contract to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) AFFARS 5352.242-9001 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel COMMON ACCESS CARDS (CAC) FOR CONTRACTOR PERSONNEL (NOV 2012) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. (2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physicalaccess; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives.(e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives.(f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) USE OF NON-COMPETE CLAUSES The contractor shall not limit the employment of a refuse collection employee by another contractor beyond the period of performance identified in contract (to include exercised Option Periods) for which refuse collection employee provides services. GOV-AFFILIATED PERSONNEL RESTRICTION ON THE USE OF GOVERNMENT-AFFILIATED PERSONNEL 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. The Contractor shall not employ any person who is an employee of the Department of Defense, either military or civilian, unless such person seeks and receives approval in accordance with Title 5, USC, Section 5536, DoD 5500.7-R (1993) as amended, and service directives. SITE-VISIT INFORMATION A Site Visit has been scheduled for 8 June 2016, Wednesday, from 10:00 AM - 12:00 PM (Mountain Standard Time) at Kirtland AFB, NM. The site visit is highly encouraged. Questions in regards to this RFP are due to this office by 13 June 2016, by 2:00 PM (Mountain Standard Time). All interested Vendors must e-mail Mr. Ernest Hernandez, of attendance by 7 June 2016, Tuesday, by 2:00 PM (Mountain Standard Time). Please ensure the SFMIS Pass Request and the following information is provided: Solicitation Number Visitor Name Vendor Name Cage Code Point of Contact Phone Number Email ATTACHMENTS Attachment 1 - ISWM PWS 18 May 2016 Attachment 2 - ISWM Work Load Tables A1A Thru A7 and B1 Attachment 2 (continued) - Appendix C Base Map Attachment 3 - Past Performance Information Form Attachment 4 - SFG Pass Request Form Attachment 5 - Wage Determination Attachment 6 - Bid Sheet Attachment 7 - Q&A 6 June 2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/391a3653ddda733a6defbf7510161f29)
 
Place of Performance
Address: Kirtland Air Force Base, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN04139040-W 20160608/160606234115-391a3653ddda733a6defbf7510161f29 (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.