Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2016 FBO #5451
SOLICITATION NOTICE

Q -- Camp Rilea Ambulance Services - QASP - Combo Synopsis

Notice Date
10/24/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10940314
 
Archive Date
11/25/2016
 
Point of Contact
Richard Harvey, Phone: 503-584-3773
 
E-Mail Address
richard.a.harvey5.mil@mail.mil
(richard.a.harvey5.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combo Synopsis QASP Action Code: Combined Synopsis/Solicitation Notice Class Code: Q- Medical Services Subject: Oregon Special Focus Exercise (SFE) Real World Medical Support Solicitation Number: 10940314 Posted Date: October 24, 2016 Set-Aside: Total Small Business Response Date: November 10, 2016 by 11:00 pm PACIFIC Contracting Office Address: United States Property and Fiscal Office ATTN: USPFO-P, 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Place of Performance: Camp Rilea 33168 Patriot Way Warrenton, OR 97146 Details: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 621910 - Ambulance Services. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: Information to Offerors If you have any questions or concerns regarding this Request for Quote (RFQ), please contact CPT Richard Harvey at 503-584-3773 or at email: richard.a.harvey5.mil@mail.mil. To ensure receipt of your quote, please send quote to CPT Richard Harvey. SAM vendor registration is required. Please visit www.sam.gov. Step-by-step information on how to register is detailed on the website. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Please review FAR clause 52.229-3 for any exemptions in Federal, State and Local Taxes and their applicability pertaining to your quote for this RFQ. PRICES QUOTED MUST BE VALID FOR 30 DAYS. FOB Destination TO: Oregon Army National Guard Camp Rilea 33168 Patriot Way Warrenton, OR 97146 Please return this page and provide the following information. Contact Person: ________________________________________________________ E-mail Address: ________________________________________________________ Telephone: ____________________________________________________________ DUNS Number: _________________________________________ CAGE Code: ________________________________________ Federal Tax ID Number _____________________________________________ Basis for Award The Government will award one contract resulting from this solicitation in accordance with FAR 13.106 to the responsible offeror conforming to all requirements in this solicitation and quoting the lowest price offeror. It is also required that you provide adequate technical documentation as required by the Performance Work Statement in this solicitation to determine you are capable of providing this service. Technical Pamphlets and Past Performance evaluations from previous work with the government will also be accepted for technical acceptance. Indemnification and Medical Liability Insurance (Jan 1997) It is expressly agreed and understood that this is a non-personal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: *_________________. CLIN 0001: Camp Rilea Real World Medical Support 1 JOB tiny_mce_marker______________________________ (PRICE HERE) Location: Camp Rilea 33168 Patriot Way Warrenton, OR 97146 PERFORMANCE WORK STATEMENT Oregon National Guard CERFP Search and Extraction Basic Course Real World Medical Support Short Title: Medical Support 11-17 December 2016 1. Background: This medical plan addresses the intelligence, assets and personnel needed to effectively support the activities associated with the Chemical, Biological, Radiological, Nuclear, High Yield Explosive Enhanced Response Force Package (CERFP) Search and Extraction (S&E) Basic Course. The safety and security of participants, supporting instructors, and military members at this event is of the utmost importance in order to achieve mission effectiveness and maximum training efficiency 2. Objective: Provide civilian contracted non-participant emergency medical support for purpose of attending real world medical injury that may occur on site in conjunction with S&E activities with treatment and transport, in order to sustain participant health and faculty. Contractor will be able to support the necessary anticipated requirements based on the scale of exercise play as described in Annex A and B. 3. Liaison: There will be a military exercise Safety Officer assigned from ORNG MEDCOM assigned to each day of the exercise. The military exercise Safety Officer will report directly to the Exercise Incident Commander (IC). The military exercise Safety Officer's duties will include: • Daily providing the IC with a completed ICS for 206. To include - o Status, location and contact information for Seaside and Astoria Hospitals o Status and contact information for State's level 1 trauma centers o Status and contact information for the civilian air ambulance service (Life Flight) o Location of the LZ o Staging area of the civilian ambulances o Location of sick call • Daily face to face briefing with civilian ambulance crew to explain the mission, staging, etc. The military exercise Safety Officer will establish a communication between exercise participants and the ambulance crew. • Tracking intended destination hospital of all patients transported from the exercise. • Arrange to have injured individuals accompanied to the hospital by a fellow Soldier or Airman. • Track and report patient disposition to the IC at pre-coordinated intervals. 4. Requirements: A civilian ambulance service is required by National Guard Bureau to support the real-world medical (RWM) requirements of this exercise. At no point will contracted medical personnel be permitted to participate in any part of the exercise regardless of operational tempo. Prior experience with military engagement and coordination is desired, but not required. A minimum of one representative from contracted vendor must participate in the exercise Final Planning Meeting, April 25th in Clackamas, OR with the lead planners and stakeholders. 5. Scenario: The CERFP S&E members require an introductory (basic) course that entails searching for and removing victims from a rubble pile, collapsed structure, or similar environment after an earthquake, detonation, or other catastrophe. A seven day technical rescuer course designed for the National Guard CERFP/HRF S&E team members. At the conclusion of this course, members will be able to: construct safe debris stabilizing systems, perform efficient moving, hauling, and rigging, breaching and breaking operations; enter confined spaces safely; perform basic rope techniques and personal partner rescue. The total number of participating personnel (military and civilian) involved in the course is approximately 60 including instructors. 6. Tasks/Requirements: Task 4.1, The contractor shall provide a minimal of one (1) Advanced Life Support Ambulance with a minimum 2 person crew ambulance team to provide standby services in support of the S&E Basic Course. Performance Work Standards for Task 4.1  The ALS-capable ambulance platform must be fully functioning, in good repair, and appropriately stocked as required by the State of Oregon. Task 4.2, The ambulance team shall be staffed by a minimum of two individuals, consisting of at least one Oregon-certified Paramedic and one Oregon certified Emergency Medical Technician - Basic. Performance Work Standards for Task 4.2  Ambulance team personnel should be staffed with the industry standard typical for the scale of the stated exercise and number of exercise participants.  All contracted medical personnel will be able to produce evidence of their license level on demand by the Military Safety Officer or the on ground Training Director (to be named). Task 4.3, The full ambulance team shall be available to receive daily briefings from the Training Director, during the hours of the 0700-1700 each day, between 11-17 December 2016 at the location determined by the Training Director. Performance Work Standards for Task 4.3  The lead Paramedic for all contracted medical personnel on hand for each day will take directions for all briefings from the Training Director.  RWM assets will be staged on scene while participants are actively participating, to include but not limited to set up, training, and tear down.  In the event that RWM assets leave the training site leaving RWM inadequate coverage on the training site, the event must be paused by the Training Director until RWM asset returns. Task 4.4, The ambulance team shall operate within the scope of practice supported by their respective license to provide both life-sustaining treatment and capability to appropriately package patients for transport to the appropriate medical facility. The ambulance team must maintain support at all times and must remain on sight and prepared for any real world injures during the entirety of the training day. The ambulance team will be released at the end of the day by a government / military official assigned at the beginning of the 1st day or Training Director. Performance Work Standards for Task 4.4  Medical Physician Oversight must be onsite for all contracted personnel.  The name and title of the physician providing Medical Control will be presented on demand by the military Safety Officer or Training Director. Task 4.5, The ambulance team will be solely responsible activating the Oregon Trauma System as warranted in the event of a medical emergency. Performance Work Standards for Task 4.5  Level of care on scene should include appropriate services within the scope of practice and the presenting injury. Task 4.6, The ambulance team will coordinate with government officials or the Training Director for activating Life Flight as warranted in the event of a real world medical emergency. Performance Work Standards 4.6  Contracted medical personnel are responsible for coordination of all civilian air medical assets, working in coordination with the Training Director for the appropriate site for the patient pick-up point. Task 4.7, The ambulance team shall provide ground transportation of the ill and injured, unless the medical emergency requires a different transportation platform. Performance Work Standards for Task 4.7  Contracted personnel should place RWM assets on the footprint of the training exercise location and be able to produce expected response times to the primary exercise activity site.  Documented transport times from the primary exercise activity site and each area care facility below should be producible on demand.  Nearest facility providing the necessary definitive care for any patient (military or civilian) will be utilized. Task 4.8, The ambulance teams shall coordinate all patient treatment and transport in accordance with the necessary requirements of the military Safety Officer or Training Director. Performance Work Standards for Task 4.8  The ambulance teams shall notify the military exercise Safety Officer or Training Director of the intended destination hospital, prior to departure in the event of a medical emergency.  The Training Director will be notified of all patients that are transported off-site according to the requirements prescribed by the military exercise Safety Officer on-site.  If the ambulance and crew needs to leave the area for any reason, medical emergency or not, they must notify the exercise Training Director or military Safety Officer in charge prior to leaving. The training operations will be "paused" and no training will resume until a minimum of one ambulance and crew are on site, staged, and ready to receive a patient(s).  After transporting a Soldier or Airman, the ambulance team shall notify the Training Director when they leave the hospital and are in route back to the exercise location on Camp Rilea. Task 4.9, The ambulance team shall stage at a location designated by the training Safety Officer and will maintain preparedness at all times during the participants' exercise periods. Performance Work Standards for Task 4.9  Teams and ambulance platforms will always be co-located. 7. Acceptance of Medical Care or Transport All requests for payment by the accepting hospital for the accepted injured soldier should be requested through the Oregon State Medical Command (OSMC). The Point of Contact for the OSMC will be SFC Richard Wright P: 503-584-2305 Email: Richard.l.wright128.mil@mail.mil or the OSMC assistant SGT Jamie Kisch P: 503-584-2319 or Email: Jamie.l.kisch.mil@mail.mil. Acceptance of Medical Care by Civilians: By law, any Soldier that is hurt on the job during this event is entitled to Workers Compensation by requesting an LOD packet from the individual soldier that is injured on the job. You cannot sue your employer for your injury and damages; your only remedy is your workers' compensation claim. This is a "trade off" in the law: you do not have to show your employer was at fault, but, in exchange, the only remedy available to you is a workers' compensation claim. HOWEVER, if your injury was caused by someone other than your employer (for example, a defective product or a person working for someone other than your employer) you may have a "third party" case against someone other than your employer. All claims shall be billed using this process using the formal Line of Duty (LOD) action and processed using the soldier's respective unit. 8. Refusal of Medical Care or Transport Refusal of Medical Care by Civilians: By law, any non-military person who is alert, oriented, conscious and able to make their own decisions who can refuse medical care. In order to refuse medical care: 1) The individual must not have had any Advanced Life Support (ALS) procedures performed. In cases where ALS procedures have been performed, the patient must be released by a physician. An EMT can gain permission from their on-line medical control to allow a patient to refuse care; otherwise that patient must be transported for evaluation. 2) The appropriate documentation for refusal must be filled out and stored in the patients' record. 3) Refusal of medical care by military members: Military members who are alert, oriented, conscious and able to make their own decisions who desire not be treated or transported will require a consult with the HRF/CERF Commander. After obtaining report from the on scene medical provider, the commander will decide, in accordance with regulations and JAG, the most appropriate course of action for the military member. 9. Area Emergency Medical Centers Below are the area care facilities: Columbia Memorial Hospital 2111 Exchange St. Astoria, OR 503-325-4321 Providence Seaside Hospital 725 S. Wahanna Road Seaside, OR 97138 Phone 503-717-7000 Maps & Directions Legacy Oregon Burn Center 3001 N. Gantenbein Portland, OR 97227 503-413-4232 503-413-4592 Map/Directions Level 1 Trauma Facilities: Legacy Emanuel Medical Center 2801 N. Gantenbein Portland OR 97227 Phone: 503-413-2200 Map/Directions OHSU 3181 S.W. Sam Jackson Park Rd. Portland, Oregon 97239-3098 Contact us with questions at 503 494-8311 View Marquam Hill map and driving directions MEDIX Ambulance Astoria, OR 503-861-1990 Life Flight, Pacific Northwest Region Dispatch: 800-232-0911 Submit Close-Out Reports for each supported event: • Format approved by the Government • Complete and acceptable to the Government 10. Quality Assurance Surveillance Plan: A government will monitor contractor performance and complete the Quality Assurance Surveillance Plan Worksheet at the end of the contract period of performance. However, the government may submit a Quality Assurance Surveillance Plan Worksheet at any time and as often as necessary to document quality levels. If Contractor response to an identified quality deficiency is unsatisfactory, the Contracting Officer will contact the appropriate Contractor representative to implement a plan of action to remedy the identified deficiency. A quality rating may change from "Green" to "Red" without notice. We anticipate utilizing the "Yellow" quality rating to alert the contracting office of quality issues that have the potential for a "Red" quality rating if corrective action is not taken. If the performance rating for any task in this order is "Red" during any time in the performance period, the COR will notify the Contracting Officer. 11. Quality Control (QC): The contractor shall develop and maintain an effective quality control program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's QCP is the means by which the contractor is assured the work complies with the requirement of the contract. 12. Period of Performance: 11-17 December 2016 13. Deliverable Guidelines: • Inspections and Acceptance: All deliverables must be submitted to and approved by the ORNG Contracting Officer. • Notice Regarding Late Delivery: The contractor shall notify the government as soon as it becomes apparent to the contractor that a scheduled delivery will be late. The contractor shall include in the Problem Notification Report (PNR) the rationale for late delivery, the expected date for the delivery and the project impact of the late deliver. PWS ANNEX A ANNEX - A Daily Schedule Details Camp Rilea Armed Forces Training Center 33168 Patriot way Warrenton, Oregon 97146 503-836-4052 Range Control 11 DEC 2016 (0700-1700) Sunday 12 DEC 2016 (0700-1700) Monday 13 DEC 2016 (0700-1700) Tuesday 14 DEC 2016 (0700-1700) Wednesday 15 DEC 2016 (0700-1700) Thursday 16 DEC 2016 (0700-1700) Friday 17 DEC 2016 (0700-1700) Saturday PWS ANNEX B Annex B Location & Weather 1. Background: a. Location: Camp Rilea, Oregon b. Dates: 11-17 December 2016 (7 day event) c. Project Officer: 1LT Ian Beaty 503-970-5849 ian.r.beaty.mil@mail.mil d. Ambulance set up must be completed NLT 0700 hours each day 2. General Description: a. The training site selected is located in an open area with brush and trees surrounding on a level surface. b. The training area is accessible by hard-pack roads to support vehicles and equipment movement. c. Weather (1) Wind: This site may experience sustained winds of 30 and gusts to 90 mph. (2) Rain: The site may experience up to 1" per hour of rainfall. (3) Snow: Snow can accumulate up to 0-4 inches. (4) Hurricanes: Site does not experience the effects of hurricanes. d. Earth/Soil (1) Earthquakes: This area is not considered seismically active. (2) Permafrost: There is no permafrost in this area. (3) Drainage: The surface area is relatively flat with a drainage grade. (4) Vegetation: Site contains some grass areas and is surrounded by plants and trees. e. Environmental considerations (1) No petroleum products can be utilized for fill/construction. (2) No subterranean excavating allowed. (3) There are no ancillary structures within the bounds of the training site. (4) No alteration permitted of the surrounding trees or vegetation CDRL's: The Contract Data Requirements List (CDRL) is a list of authorized data requirements for a specific procurement that forms part of a contract. It is comprised of either a single DD Form 1423, or a series of DD Forms 1423 containing data requirements and delivery information. The CDRL is the standard format for identifying potential data requirements in a solicitation, and deliverable data requirements in a contract. DFAR Subpart 215.470 requires the use of the CDRL in solicitations when the contract will require delivery of data. DD Form 1423 - Contract Data Requirements List (CDRL) CDRLs should be linked directly to Statement of Work (SOW) tasks and managed by the Program Management Office (PMO) data manager. Data requirements can also be identified in the contract via Special Contract Clauses (e.g., Defense Federal Acquisition Regulations Supplement (DFARS)), which define special data provisions (such as, Rights in Data, Warranty, etc.). The purpose of the CDRL is to provide a standardized method of clearly and unambiguously delineating the Government's minimum essential data needs. The CDRL groups all of the data requirements in a single place rather than have them scattered throughout the solicitation or contract Wage Determination: WD 15-2441 (Rev.-1) was first posted on www.wdol.gov on 09/06/2016 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-2441 Daniel W. Simms Division of | Revision No.: 1 Director Wage Determinations| Date Of Revision: 09/01/2016 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Service Contract Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ States: Oregon, Washington Area: Oregon Counties of Clackamas, Clatsop, Columbia, Gilliam, Hood River, Marion, Multnomah, Polk, Sherman, Tillamook, Wasco, Washington, Yamhill Washington Counties of Clark, Cowlitz, Klickitat, Skamania ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE RATE 12000 - Health Occupations 12010 - Ambulance Driver 19.04 12011 - Breath Alcohol Technician 19.04 12012 - Certified Occupational Therapist Assistant 22.53 12015 - Certified Physical Therapist Assistant 21.98 12020 - Dental Assistant 17.72 12025 - Dental Hygienist 36.69 12030 - EKG Technician 29.65 12035 - Electroneurodiagnostic Technologist 29.65 12040 - Emergency Medical Technician 19.04 12071 - Licensed Practical Nurse I 18.73 12072 - Licensed Practical Nurse II 20.94 12073 - Licensed Practical Nurse III 23.38 12100 - Medical Assistant 15.18 12130 - Medical Laboratory Technician 18.73 12160 - Medical Record Clerk 14.32 12190 - Medical Record Technician 16.02 12195 - Medical Transcriptionist 18.16 12210 - Nuclear Medicine Technologist 38.09 12221 - Nursing Assistant I 9.41 12222 - Nursing Assistant II 10.57 12223 - Nursing Assistant III 11.53 12224 - Nursing Assistant IV 12.95 12235 - Optical Dispenser 17.51 12236 - Optical Technician 15.09 12250 - Pharmacy Technician 15.54 12280 - Phlebotomist 12.95 12305 - Radiologic Technologist 30.05 12311 - Registered Nurse I 29.04 12312 - Registered Nurse II 35.53 12313 - Registered Nurse II, Specialist 35.53 12314 - Registered Nurse III 42.99 12315 - Registered Nurse III, Anesthetist 42.99 12316 - Registered Nurse IV 51.52 12317 - Scheduler (Drug and Alcohol Testing) 24.30 _______________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein andwhich is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class (es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage Determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. Provisions and Clauses FAR 52.204-7, Systems for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52. 211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-3 Convict Labor FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-55, Minimum Wages Under Executive Order 13658. FAR 52.223-5 Pollution Prevention and Right to Know Information. FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for breach of Contract Claim. FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation. FAR 52.237-7, Indemnification and Medical liability Insurance. FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable). DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.246-7000, Material Inspection And Receiving Report. DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. 52.212-4 -- Contract Terms and Conditions -- Commercial Items. As prescribed in 12.301(b)(3), insert the following clause: Contract Terms and Conditions -- Commercial Items (May 2015) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights -- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C.3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71,Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include - (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer- System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment. (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt Payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall- (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the- (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period at fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2) (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments. (9) The specification. (t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to: (A) Change the name in the SAM database; (B) Comply with the requirements of Subpart 42.12 of the FAR; (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (iii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov. (u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End Use License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an "I agree" click box or other comparable mechanism (e.g., "click-wrap" or "browse-wrap" agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures. (v) Incorporation by reference. The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. (End of Clause) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Sep 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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 (Oct 2015) (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 (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (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 (Feb 2016) (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 (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 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 (Oct 2015). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (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) 52.252-2 -- 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/vffara.htm (End of Clause) 52.252-6 -- Authorized Deviations in Clauses. (a) The use in this solicitation or contract of any Federal Acquisition Regulation FAR (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 DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) This announcement is the solicitation which will result in a firm fixed-price contract. Please send Quotes to CPT Richard Harvey by email at Richard.a.harvey5.mil@mail.com
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10940314/listing.html)
 
Place of Performance
Address: Camp Rilea 33168 Patriot Way, Warrenton, Oregon, 97146, United States
Zip Code: 97146
 
Record
SN04310953-W 20161026/161024234023-2ecead95c1489b6b7bf14f9fdf9ad47c (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.