Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOLICITATION NOTICE

S -- Pinecrest Day Use Area Janitorial - Attachment 1

Notice Date
5/2/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5, Central CA Acquisitions Service Area, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250, United States
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9JGP-S-17-0096
 
Archive Date
6/1/2017
 
Point of Contact
Gloria C Trahey, Phone: 530-543-2612, Miguel Macias, Phone: 209-965-3434, ext. 5311
 
E-Mail Address
gctrahey@fs.fed.us,
(gctrahey@fs.fed.us, ublic)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance worksheet Schedule of Items Fire plan SCA Wages - Tuolumne County Map Copy of notice (includes quality assurance checklist) Pinecrest Day Use Area Restroom Cleaning The Department of Agriculture, US Forest Service, Central California Acquisition Service Area, Stanislaus National Forest, has a requirement for janitorial services at the Pinecrest Day Use Area. 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. This solicitation (AG-9JGP-S-17-0096) is being issued as a Request for Quotations (RFQ), and is a 100% Total Small Business Set-Aside. The NAICS code is 561720 - Janitorial Services. The size requirement for this NAICS code is $18 million. The government intends to award a Firm Fixed-Priced Contract, with a Base year plus two Option years: • Line Item 001: Base Year, Twice Daily Restroom Cleaning (05/27/2017 through 09/04/2017) • Line Item 002: Option Year One, Twice Daily Restroom Cleaning (05/26/2018 through 09/03/2018) • Line Item 003: Option Year Two, Twice Daily Restroom Cleaning (05/25/2019 through 09/02/2019) Contacts: Technical contact: Miguel Macias (209) 965-3434 Contracting Officer: Gloria Trahey (530) 543-2612 Submission of Quotes: Quotes are requested no later than 2pm PST on May 17, 2017. Please include: price quote (Schedule B), capability worksheet or equivalent, and acknowledgement of any amendments to this solicitation. Quotes may be e-mailed, faxed, or delivered to: Gloria Trahey LTBMU 35 College Drive South Lake Tahoe, CA 96150 Fax: 530-543-2830 E-mail: gctrahey@fs.fed.us SAM and IPP: A current entity record in the System for Award Management (SAM) www.sam.gov is required prior to award. Invoicing will be done electronically through the Invoice Processing Platform (IPP) at www.ipp.gov. There is no cost to use either of these two systems. Acknowledgment of Amendments: The offeror acknowledges receipt of any amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ____________________________ ______________ ____________________________ ______________ ____________________________ ______________ Description of Requirements: General The intent of this contract is to clean all toilet facilities within the Pinecrest Day Use Area, including both interior and exterior of toilet buildings, as well as 10' radius surrounding each toilet building. Contractor Responsibility The Contractor shall provide everything--including, but not limited to, all equipment, supplies, transportation, labor, and supervision--necessary to complete the project, except for that which the contract clearly states is to be furnished by the Government. Quality Control Program The contractor shall establish and maintain a Quality Control Program (QCP) to verify that the requirements of the contract are provided as specified. The contractor shall submit their Quality Control Plan with the proposal. The plan shall include procedures to implement all requirements of the contract. Project Location and Description Location: The project is located on the Stanislaus National Forest, Summit Ranger District. Pinecrest Day Use area is located approximately 35 miles east of Sonora, CA on Highway 108. The day use area is located on Pinecrest Lake Road, 1 mile from the intersection with Highway 108. The legal description of this location is Township 4 N, Range 18 E, Section 22. GPS Info. (Latitude, Longitude): 38.19139, -119.99333 38°11'29"N, 119°59'36"W Description: This contract requires Janitorial services for several toilet buildings/facilities that are normally open from Memorial Day to Labor Day. The first year (base year) is from 05/27/2017 through 09/04/2017. The second year, or option year 1, is from 05/26/2018 through 09/03/2018, and the third year, or option year 2, is from 05/25/2019 through 09/02/2019. The restrooms are in high demand during the season and require cleanings twice a day and every day during the contracted period of performance. Pinecrest Day Use Area has 5 flush restroom buildings: • Marina restroom has 8 individual restrooms, each room containing 1 toilet, 1 sink and one 10 gallon trash can • Amphitheater restroom has 5 individual restrooms, each room containing 1 toilet, 1 sink and one 10 gallon trash can • Redwood restroom has 6 individual restrooms, each room containing 1 toilet, 1 sink and one 10 gallon trashcan • Dogwood restroom has 6 individual restrooms, each room containing 1 toilet, 1 sink and one 10 gallon trash can • Pine restroom has 6 individual restrooms, each room containing 1 toilet, 1 sink and one 10 gallon trash can. Additionally, each restroom complex contains a baby changing station; therefore, there are 6 total baby changing stations in the restrooms at Pinecrest Day Use Area. Two stations are located in the Marina restroom building. Accessibility: All facilities are accessible by two wheel drive vehicle for the suggested contract start date. Any prospective contractor desiring an explanation or interpretation of the solicitation, drawings; specifications, etc., must request it in writing from the Contracting Officer (CO) soon enough to allow a reply to reach all prospective contractors before the solicitation closing date. Oral explanations or instructions given before the award of a contract will not be binding. Maps Maps showing the general vicinity and/or specific work areas are attached. Maps are general in nature and are not to be considered as definitively identifying locations. The map is labeled new and existing restrooms; these are the locations of all the restrooms that will be cleaned under this contract. Estimated Contract Start Date • Start: Estimated start date 05/27/2017. • Term: Estimated contract term is 3 years, or 05/27/2017 through 9/02/2019. Work Restrictions Work may be performed at any time during the period of the contract, except as outlined below. Nothing in this part shall be construed to take away any of the Government's rights under the Suspension of Work Clause (52.242-14). Restrictions are as follows: 1. In accordance with the fire plan. 2. When the CO, or the Contracting Officer Representative (COR), determines that adverse weather has made access too dangerous or that continued vehicular travel would cause unacceptable road damage. 3. Work performed between the hours of 7AM and 6PM Licenses and Insurance Other: Worker's Compensation Insurance: The Contractor shall provide evidence of Worker's Compensation Insurance or a written explanation as to why the Contractor is exempt from the requirement. NOTE: The Contractor working alone is not required to carry the insurance. Housing Camping is not permitted in Forest Service campgrounds. Contractor will be permitted to camp elsewhere on Forest Service land. Camping on Forest Service land is not a right; permission may be revoked for failure to comply with the terms of the permit or barracks agreement. OPTIONAL: The Contractor may be allowed to rent a trailer pad at the Strawberry Engineering Site at the standard quarters rate for that location, which is approximately $19.00 per day, and that rate includes septic hook-up, electricity, and water. This does not constitute a storage space, but rather a living space for the Contractor or an employee during the period of the contract. Subject to approval by the Government, the Contractor may place a temporary storage container/building (acceptable to the Contracting Officer) of no greater than 100 square feet in a location on the Summit Ranger Station compound or Administrative site(s). Primary Tasks 1. Clean interior restroom building floors, walls, and ceilings 2. Clean toilet, sink, mirror, etc. in each individual restroom 3. Re-stock toilet paper 4. Remove insects within restroom building 5. Clean exterior grounds* of each restroom building 6. Remove trash and other discarded items. 7. Enter cleaning log time at each restroom *DEFINITION: "Clean exterior grounds" means checking the area thoroughly for debris, litter or other foreign matter over one inch in size, and properly disposing of litter. Quality Assurance Quality assurance inspections will be visual inspection and unscheduled. Written or verbal complaints will also be considered a form of Quality Assurance. 1. The morning inspection shall be conducted as follows: inspect interior and exterior restroom floors. Floors shall be cleaned scrubbed, and sanitized with products approved by the CO/COR. Floor will not have excess standing water. Floors shall be free of dirt, debris, shoe markings, foreign matter and standing water. After the second cleaning of the day, COR shall inspect for cleanliness. The COR will determine the Contractor's application of disinfectants; all bio-based disinfecting solutions must be approved prior to use. Floors shall be free of dirt, debris, shoe markings, foreign matter and standing water. 2. Horizontal surfaces shall be free of debris, wiped with approved bio-based disinfecting solution. 3. Insects and webs are to be removed from the ceilings and all other surfaces of restroom interior and exterior. 4. Toilet bowls, seats, and lids cleaned, are free of debris and using approved bio-based disinfecting solution. All surfaces shall be free of solution residue. 5. Partitions, doors vent sills and walls shall be free of dust, dirt and graffiti with surface areas wiped using approved bio-based disinfecting solution. 6. All paper, trash, discarded materials, etc. removed and deposited into dumpsters. 7. Trash cans free of debris with clean liners. Trash bags from the restrooms may be placed in nearby dumpsters. 8. Toilet paper rolls with no less than 1/8 remaining can remain on the dispenser. Replace at 1/8 of the roll remaining with a full roll. Partial rolls will be placed on top of holder/roller. 9. Complete the log sheet reporting the time of visit and return sheet to plastic holder. 10. A 10 foot radius of the exterior grounds, surrounding each toilet building, shall be free of litter and other non-native material. 11. Exterior sidewalks and surrounding restroom structures shall be free of dirt, debris, foreign matter and standing water. Quality Assurance Checklist (See table in Attachment 1) Hours and Frequency of Work Work under this contract shall be performed between the hours of 7:00 a.m. and 10:00 a.m. (first cleaning of the day) and 3:00 p.m. through 6:00 p.m. (second cleaning of the day). Services shall be performed twice daily during the contract term, or as directed by the COR. Personnel Qualifications The Contractor shall provide personnel who are qualified to use the Contractor's equipment and whose appearance is clean and orderly. Personnel not acceptable to the Government shall, upon written notice by the CO, be replaced with satisfactory personnel within 48 hours after such written notice. Public Safety All Contractor supplied equipment will be safe for use in public areas. The Contractor will place hazard cones when working in the toilets or when conditions are conducive to slips, falls or trips. Cleaning Products Bio-based products that are designated for preferred procurement under USDA's Bio­Preferred program must meet the required minimum bio-based content as stated in the USDA Final Rule available at www.biopreferred.gov. The Contractor should provide data for their bio-based products such as bio-based content. Products can also be found and compared at http://www.greenseal.org/findaproduct/index.cfm or comparable sites. In addition to the bio-based products designated by the U.S. Department of Agriculture in the Bio-Preferred Program, the Contractor is encouraged to use other bio-based products. The Contractor shall submit with the initial proposal a complete list of bio-based products, indicating the name of the manufacturer, cost of each material, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract. The Contractor shall list volume to be used and total cost for each individual product. This information will be used for reporting purposes. Government-Furnished Property The Government will provide the following item(s) of Government property to the Contractor for use in the performance of this contract. This property shall be used and maintained by the Contractor in accordance with the provisions of the "Government Property" FAR clause contained elsewhere in the contract. • Keys • Toilet Paper • Storage area for Toilet Paper • Water, water hose and spray nozzle at each restroom building • Brooms, Dustpans, Mops, Toilet Brushes, Buckets, and Sponges Contractor-Furnished Property Contractor shall provide other required supplies, such as trash bag liners and bio-preferred cleaning/disinfectant solutions. Optional items include dry dusting cloths and wet cloths for wiping surfaces. Additional optional items include pressure washer and vacuums. Barracks Rules and Policies 1. Residents are expected to be courteous and respectful at all times to the public. Any violations of this policy may result in immediate eviction, disciplinary action or both. 2. The possession or use of any and all forms of illegal drugs or drug paraphernalia is prohibited. This includes, but is not limited to marijuana, hallucinogens, barbiturates and amphetamines. Prescribed medications are allowed. 3. The possession and use of alcohol in barracks is regulated by State law. Residents are expected to be in compliance with all laws pertaining to the possession and consumption of alcohol, e.g., minimum legal age, furnishing to minors, motor vehicle use, etc. Residents who have consumed alcohol will not greet or interact with the public nor allow themselves to be perceived to be in an official capacity or representing the Forest Service. 4. The possession or storage of firearms or of other dangerous or deadly weapons or explosives is prohibited in the barracks. Rifles and shotguns must be kept unloaded and locked in a personal vehicle after written authorization is obtained from the District Ranger. The ammunition must be kept in a separate location from the gun. 6. Dogs, birds and other animals, except guide dogs, are not permitted in the barracks or on the surrounding grounds without prior written approval by the District Ranger. Approval must be obtained prior to an employee or volunteer occupying the residence. No feeding or leaving food out for wildlife. 7. Excessive noise is prohibited. Quiet hours in compound areas will be observed between 10:00 p.m. and 6:00 a.m. Provisions and Clauses: It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://acquisition.gov/far. The contractor shall comply with the following FAR clauses (current revision) which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: (full text of all provisions and clauses to be found at: http://acquisition.gov/comp/far/loadmainre.html ) The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circulars 2005-094 (Jan. 13, 2017) and 2005-095 (Jan. 19, 2017). 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017) 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: • Price • 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. 52.212-3 Offeror Representations and Certifications--Commercial Items (Jan 2017) 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2017). (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 (Nov 2015). (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: __ (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 (Oct 2015) (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.) XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). XX (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (Jan 2011) of 52.219-4. __ (13) [Reserved] XX (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Nov 2016) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Nov 2016) of 52.219-9. __ (v) Alternate IV (Nov 2016) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (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. 657 f). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). XX (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (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 (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (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) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. __ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). __ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). __ (40)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (41)(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. __ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (43)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. XX (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). __ (46) 52.223-21, Foams (Jun 2016) (E.O. 13693). __ (47) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). __ (48)(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. __ (49) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (50) 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). __ (51) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (52) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (53) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (54) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (55) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). XX (56) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (57) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (58) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (59) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (60)(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: __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). XX (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). XX (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). XX (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 2015). __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (11) 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 flowdown 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 (Nov 2016) (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 $700,000 ($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 (Sept 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) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 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 (Oct 2015) (E.O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016)). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 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. (xxi) 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. FAR 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. 52.223-1 Biobased Product Certification. (May 2012) As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 3201, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements. FAR 52.223-2, Affirmative Procurement of Bio-based Products Under Service and Construction Contracts (Sep 2013). 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8 Option to Extend Services. (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 [insert the period of time within which the Contracting Officer may exercise the option]. 52.217-9 Option to Extend the Term of the Contract (MAR 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond September 30, 2017. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2017, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9JGP-S-17-0096/listing.html)
 
Place of Performance
Address: Summit Ranger District, 1 Pinecrest Road, Pinecrest, California, 95364, United States
Zip Code: 95364
 
Record
SN04492174-W 20170504/170502234436-2a0b4074adfd13a461b153fd06cbf6a4 (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.