Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2018 FBO #6230
SOLICITATION NOTICE

73 -- Food Service, Hospitality, Cleaning, Equipment and Supplies, Chemicals and Services

Notice Date
12/12/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
325611 — Soap and Other Detergent Manufacturing
 
Contracting Office
Federal Acquisition Service (FAS) - Southwest Supply and Acquisition Center (7QS)
 
ZIP Code
22202
 
Solicitation Number
7FCM-C4-030073-B
 
Point of Contact
Haley Naegele
 
Small Business Set-Aside
N/A
 
Description
GSA MULTIPLE AWARD SCHEDULE (MAS) SOLICITATION. The Greater Southwest Acquisition Center, Fort Worth, Texas, is issuing a refreshed solicitation effective December 12, 2018 electronically. SIGNIFICANT CHANGES WITH THIS REFRESH: The General Services Administration (GSA) Federal Acquisition Service (FAS) is planning to refresh all GSA Multiple Award Schedule (MAS) solicitations to add and update clauses and provisions related to implementation of GSAR Case 2016-G506 (OLM Technical Amendment) and FAR Case 2018-010 Use of Products and Services of Kaspersky Lab. IMPACTS: GSAR Case 2016-G506 (OLM Technical Amendment) On August 16, 2018, GSA issued a technical amendment to the General Services Administration Acquisition Regulation (GSAR) clarifying the text regarding the application of the 33.33% limitation for order-level materials (OLMs). Specifically, the technical amendment revises the language in clause 552.238-82 to clarify that for a Federal Supply Schedule (FSS) Blanket Purchase Agreement (BPA), the 33.33% limitation applies to the cumulative value of OLMs across all BPA orders. There are no significant content changes resulting from this technical amendment. As a result, all GSA Schedule solicitations will be updated as follows: The following will be ADDED/UPDATED : 552.238-82 Special Ordering Procedures for the Acquisition of Order-Level Materials (JAN 2018) SCP-FSS-007 Special Proposal Instructions for Order-Level Materials Special Item Number (NOV 2018) (full text provided at the end of this document) Description for Order-Level Materials SIN (full text provided at end of this document) NOTE: The Order-Level Materials SIN description is included ONLY in OLM-authorized Schedule solicitations. Only contractors awarded the Order-Level Materials SIN can offer OLMs. A listing of these Schedules is maintained at https://www.gsa.gov/olm FAR Case 2018-010 Use of Products and Services of Kaspersky Lab On July 16, 2018, DoD, GSA and NASA issued an interim rule amending the Federal Acquisition Regulation (FAR) to implement section 1634 of the National Defense Authorization Act for Fiscal Year 2018. The interim rule adds FAR subpart 4.20 and a corresponding new contract clause at 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities. The clause prohibits contractors from providing any hardware, software, or services developed or provided by Kaspersky Lab (i.e., covered articles) or its related entities (i.e., covered entities), or using any covered articles in the development of data or deliverables first produced in the performance of the contract after October 1, 2018. The clause also requires contractors to report any covered articles discovered during contract performance; this requirement flows down to subcontractors. The purpose of the prohibition is to mitigate the risk that the Russian government could threaten U.S. national security by capitalizing on access provided by Kaspersky products to compromise federal information and information systems. As a result, all GSA Schedule solicitations will be updated as follows: The following clause will be ADDED : 52.204-23 Prohibition on Contracting for Hardware, Software, and Service Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) The following clauses will be UPDATED : 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2017) (Alternate II - Nov 2017. Other Notes from previous refreshes: On June 23, 2016, the U.S. General Services Administration (GSA) published a General Services Administration Acquisition Regulation (GSAR) final rule to capture transactional data on procurements across all of its Federal Supply Schedule (FSS) program contracts and Government-wide Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts, to include Government-wide Acquisition Contracts (GWACs). The Transactional Data Reporting (TDR) Rule requires vendors to electronically report the price the Federal Government paid for an item or service purchased through GSA acquisition vehicles. As part of the strategic implementation of the rule across all GSA contracts, the agency will introduce the transactional data reporting requirement with a pilot of select products and services in the FSS program. This pilot was introduced in a phased approach beginning in August 2016. Schedule 73 is participating in the pilot program. Under this pilot, you will not be required to provide Commercial Sales Practices (CSP) disclosures identifying discounts, terms, and conditions offered to your commercial customers that equal or exceed the discounts, terms, and conditions offered to GSA. Additionally, the requirement to monitor price reduction violations through the Price Reductions clause tracking is removed. Thus, participation in the TDR pilot results in a substantial decrease in the paperwork burden for offerors submitting new offers under the Schedules in the TDR pilot. Why is the GSA Federal Acquisition Service (FAS) implementing this change? The goals of TDR are to: - Significantly reduce burden to industry partners by eliminating Commercial Sales Practices (CSP) disclosure and Price Reductions clause (PRC) tracking requirements from Schedule contracts participating in the TDR pilot. - Reduce contract administration burden for TDR pilot vendors once TDR is implemented. - Provide business intelligence to strengthen best value decision-making by ordering activities, which will allow customers to take full advantage of the wide variety and complexity of products and services offered by Schedule Partners and pass on savings to the taxpayer. - Improve competition and increase transparency. - Support category management and promote smarter buying. The information below highlights the differences between a TDR pilot offer and a Traditional/Non-TDR offer: Transactional Data Reporting Offer/ Award Requirements (TDR Pilot Offer): - CSP disclosure is not required with submission of an offer or after award - MFC/BOA information is not required with submission of an offer or after award - No MFC/BOA is identified at time of award - No MFC/BOA discount relationship is established at time of award, and tracking of price reductions is not required - Vendor is not required to track price reduction violations pursuant to GSAR clause 552.238-75 Price Reductions (JUL 2016) - Offer is evaluated in accordance with GSAR 538.270-2 Evaluation of offers with access to transactional data - Vendors are required to report information on 11 transactional data elements (see GSAR clause 552.238-74 Industrial Funding Fee and Sales Reporting (MAY 2014)(ALT I - JUN 2016)) - Transactional data reporting is required on a monthly basis, due 30 days after the end of each month - Contractors are not required to report total aggregate contract sales, by SIN, on a quarterly basis, due 30 days after the end of each quarter - IFF must be remitted no later than 30 days after the end of each business quarter Traditional Offer/Award Requirements (Non-TDR Offers): - CSP disclosure must be submitted with offer, with certain modification requests, and may be required prior to exercise of option periods - MFC/BOA information must be submitted with offer and with certain modification requests - MFC/BOA is identified at time of award - MFC/BOA price/discount relationship is established at time of award and must be maintained throughout the life of the contract - Vendor is required to track price reduction violations pursuant to GSAR clause 552.238-75 Price Reductions (JUL 2016) - Offer is evaluated in accordance with GSAR 538.270-1 Evaluation of offers without access to transactional data - Vendors are notmrequired to report information on 11 transactional data elements (see GSAR clause 552.238-74 Industrial Funding Fee and Sales Reporting (MAY 2014)(ALT I - JUN 2016)) - Transactional data reporting is not required on a monthly basis, due 30 days after the end of each month Contractors are required to report total aggregate contract sales, by SIN, on a quarterly basis, due 30 days after the end of each quarter - IFF must be remitted no later than 30 days after the end of each business quarter Notice: The GSA Multiple Award Schedule (MAS) program has recently experienced a tremendous increase in new offers. Due to the large number of new offers currently in process, it could take up to 12 months before your offer is evaluated. GSA's practice is to evaluate offers in the order in which they are received. However, GSA may give priority to processing certain offers when circumstances dictate, such as when a federal agency Contracting Officer specifically requests an expedited offer review in order to meet a pending requirement that will be procured under the MAS program, or when there a need for GSA to bring strategically critical new products or services to market in order to meet federal customer needs. This solicitation includes the following product/services: FSC Group 68: Chemicals and Chemical Products; FSC Group 72: Recycling Collection Containers and Waste Receptacles; FSC Group 73: Food Service Equipment, Supplies, and Services; FSC Group 79: Cleaning Equipment, Accessories, Janitorial Supplies, Cleaning Chemicals, and Sorbents; and FSC Group 85: Toiletries, Personal Care Items, Linens, and Lodging and Hospitality Supplies and Services, and Hospitality Wear. This solicitation is issued electronically only. This is a standing solicitation with no closing date for receipt of offers. The solicitation will remain in effect until it is replaced by a refreshed solicitation. The Federal Supply Schedule period is continuous; contract periods commence on the date of award (DOA) and expire five years from the DOA unless further extended pursuant to option clause, Option to Extend the Term of the Contract (Evergreen), which allows the Government to extend the contract three additional five-year periods, not to exceed a total of twenty years. All contracts will be indefinite delivery/indefinite quantity contracts with a $2500 guaranteed minimum for the contract period. All contracts to be awarded include Industrial Funding provisions. The Trade Agreements Act applies to this solicitation. Small Business Set-Aside provisions will be addressed in the individual product/services attachments to the solicitation. The section at the beginning of the Vendor Response Document providing instructions for submitting a paper offer should be disregarded; Schedule 73 is a mandatory eOffer schedule, effective with Refresh 10. Interested parties may access the solicitation at: http://www.fedbizopps.gov. This site provides instructions for downloading the solicitation files. Search using Solicitation Number 7FCM-C4-030073-B (include the dashes). For information regarding the solicitation, please contact Haley Naegele at haley.naegele@gsa.gov or 817-850-8444 or Stephen Nieswiadomy at stephen.nieswiadomy@gsa.gov or 817-850-8378. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/5244446347a5c35fd0b03a6350494006)
 
Record
SN05172926-F 20181214/181212230038 (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.