SOLICITATION NOTICE
71 -- Furniture 2nd Floor
- Notice Date
- 8/9/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- 7858 5th Street Ste 1 Tinker AFB OK 73145-9106
- ZIP Code
- 73145-9106
- Solicitation Number
- FA810119QA027
- Response Due
- 8/15/2019
- Point of Contact
- Sarah R. Brackner, Contract Specialist, Phone 4057394033, - Shelley R. Moore, Contract Specialist, Phone 4057394468
- E-Mail Address
-
sarah.brackner@us.af.mil, shelley.moore@tinker.af.mil
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation (IAW FAR 12.603) 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; ONE quote is being requested and a written solicitation will not be issued. The Air Force Sustainment Center Operational Contracting Branch (AFSC/PZIOA) located at Tinker Air Force Base (TAFB) Oklahoma, intends to award a Firm Fixed Price (FFP) contract for Furniture, 2nd Floor Bldg 400 which consists of furnishing all materials, labor, plant, tools, transportation, equipment, testing services, quality control and incidentals required to provide minor renovations for a modular furniture using some existing KI Furniture components, 2nd Floor, Bldg. 400 at Tinker AFB, OK. Classification Data: NAICS Code - 337214 Classification Code - 7110 SBA Size Standard - 1,000 employees THIS ACQUISITION IS AN OTHER THAN FULL AND OPEN COMPETITION, SOLE SOURCE AWARD TO SPACES, INC. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 (http://farsite.hill.af.mil/vmfara.htm). TERMS AND CONDITIONS: The terms and conditions are standard for Government and Commercial customers: - Standard commercial warranties apply. Reference FAR 52.212-4(o). - The supplies delivered by the contractor will not be accepted by the Government until PWS and contractual requirements have been met. - Payment will not be made until work and materials are accepted by the Government. Contractor is required to sign this document and return 1 copy to issuing office. Contractor agrees to provide all services set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified herein. Request for Quote Submission Information: Quotes are due ONLY from the SOLE SOURCE by Thursday, 15 August 2019, 11:00 a.m. (CST). The following individual is the POC for information regarding this solicitation: Combined Synopsis/Solicitation (IAW FAR 12.603) Sarah Brackner Contract Specialist sarah.brackner@us.af.mil FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). It is amended to read: Offeror shall submit an electronic copy of their dated offer via e-mail to: sarah.brackner@us.af.mil and shelley.moore@us.af.mil with the solicitation number in the subject block, by 15 August 19 at 11:00 AM CST. The offeror shall provide their CAGE and DUNS with their offer. Submit a dated Offer Schedule marked with solicitation number FA8101-19-Q-A027. Facsimile proposals will not be accepted. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Oct 2014) which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: (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 technical acceptability. The following factors shall be used to evaluate offers: (i) Technical acceptability will be determined based on the product information provided by the offeror. Offers will be determined technically acceptable if providing the requested brand name and clearly demonstrate that it meets or exceeds all requirements of this solicitation and the attached PWS. (ii) Price. The Government will award a FFP contract to the Lowest Priced Technically Acceptable offer. Not all offers will be evaluated for technical acceptability. The lowest price offer will be evaluated, if the offer is determined technically acceptable, no other offers will be evaluated for technical acceptability. If the lowest price is not technically acceptable, the second lowest price will be reviewed. So on and so forth. (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 Combined Synopsis/Solicitation (IAW FAR 12.603) 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. (End of Provision) Offers shall be evaluated in accordance with, FAR 52.212-2 -- Evaluation -- Commercial Items (OCT 2014), which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: (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: (i) Technical acceptability of the item offered to meet the Government requirement and (ii) Price. (i) Technical Acceptability will be determined based on the product information provided by the offeror. Items requested shall be the specific brand name provided. Offers will be determined technically acceptable if items quoted are the specific brand name required or equivalent items that meet the Statement of Work (SOW) provided. Please reference attached SOW and Sole Source Justification. (ii) Price The Government intends to award a delivery order to the responsible contractor quoting all items listed, that provides the lowest overall price. Not all offers will be evaluated for technical acceptability. The lowest price offeror will be evaluated, if the lowest price offer is technically acceptable, no other offers will be evaluated. If the lowest price offer is not technically acceptable, the next lowest price offer will be evaluated. This process will occur until an offer is found to be technically acceptable. Once an offer is found to be technically acceptable, the other higher priced offers will not be evaluated. (End of provision) SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 1. REQUISITION NUMBER PAGE 1 OF 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE 7. FOR SOLICITATION INFORMATION CALL: a. NAME b. TELEPHONE NUMBER (No collect calls) 8. OFFER DUE DATE/ LOCAL TIME 9. ISSUED BY 13b. RATING 14. METHOD OF SOLICITATION CODE 15. DELIVER TO 16. ADMINISTERED BY CODE 17a. CONTRACTOR/ 18a. PAYMENT WILL BE MADE BY CODE OFFEROR CODE FACILITY CODE CODE TELEPHONE NO. 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED RFQ IFB RFP SEE ADDENDUM 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED 29. AWARD OF CONTRACT: REF. OFFER DATED.. YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 30b. NAME AND TITLE OF SIGNER (Type or print) 30c. DATE SIGNED 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA - FAR (48 CFR) 53.212 10. THIS ACQUISITION IS UNRESTRICTED OR NAICS: SIZE STANDARD: 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) SET ASIDE: % FOR: 11. DELIVERY FOR FOB DESTINATION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS ARE ARE NOT ATTACHED ARE ARE NOT ATTACHED 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA 8 (A) EDWOSB WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS HUBZONE SMALL BUSINESS SMALL BUSINESS PAGE 1 OF 36 FA810119QA027 Solicitation/Contract Form PAGE 2 OF 36 FA810119QA027 Supplies or Services and Prices/Cost Additional Information/Notes Item Supplies/Service Quantity Unit Unit Price Amount 0001 Manufacturer: KI, Category: KI4, Part #: PWSMP3060-7 4P Additional / LF /726558/SA Sand/ESA Sand edge Part Description: Wireworks "D" Shaped Peninsula Worksurface,Mounts To Wrksrf,74P Edge,30x60"W Additional Laminates FORMICA - 2 week additional lead time SAND STONE - MATTE Purchaser's Item Code: NULL Firm Fixed Price CIN: F3Y0AA9143A0010000AA 1.0 Each 0002 Manufacturer: KI, Category: KI4, Part #: PRDS36/WW/P M/F/SA/ HSA/KS Part Description: Wireworks Universal Overhead w/Steel Door,On- Module,36"W Fully Assembled Sand paint, Sand plastic trim, Key standard Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 2.0 Each 0003 Manufacturer: KI, Category: KI4, Part #: PFP66 Part Description: Wireworks 180 Degree 2-Way In-Line Connection,66"H Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 9.0 Each 0004 Manufacturer: KI, Category: KI4, Part #: PMMA2466/D/ SAGRPV1HOPSCOTCH/28.064.022.P.GRPV1HOPSCOTCH/28.064.022.P/ S Part Description: WireWorks Monolithic Panel,24Wx66"H Domestic, 2 sides w/cutouts Sand Pallas Vertical Fabric Grade PV1 HOPSCOTCH MERCURY Pallas Vertical Fabric Grade PV1 HOPSCOTCH MERCURY Standard Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 5.0 Each 0005 Manufacturer: KI, Category: KI4, Part #: PMMA3066/D/ SAGRPV1HOPSCOTCH/28.064.022.P.GRPV1HOPSCOTCH/28.064.022.P/ S Part Description: WireWorks Monolithic Panel,30Wx66"H Domestic, 2 sides w/cutouts Sand Pallas Vertical Fabric Grade PV1 HOPSCOTCH MERCURY Pallas Vertical Fabric Grade PV1 HOPSCOTCH MERCURY Standard Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 7.0 Each 0006 Manufacturer: KI, Category: KI4, Part #: PMMA3666/D/ SAGRPV1HOPSCOTCH/28.064.022.P.GRPV1HOPSCOTCH/28.064.022.P/ S Part Description: WireWorks Monolithic Panel,36Wx66"H Domestic, 2 sides w/cutouts Sand Pallas Vertical 13.0 Each PAGE 3 OF 36 FA810119QA027 Fabric Grade PV1 HOPSCOTCH MERCURY Pallas Vertical Fabric Grade PV1 HOPSCOTCH MERCURY Standard Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 0007 Manufacturer: KI, Category: KI4, Part #: PRDS36/WW/M/F/SA/HSA/ KS Part Description: Wireworks Universal Overhead w/Steel Door,On- Module,36"W Fully Assembled Sand paint, Sand plastic trim Key standard Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 12.0 Each 0008 Manufacturer: KI, Category: KI4, Part #: PTP3W66/SA/F Part Description: Wireworks 3-Way "T" Intersection w/3- Way Cap,Unuphol,66"H, Sand Fully Assembled Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 1.0 Each 0009 Manufacturer: KI, Category: KI4, Part #: PWC243624-74P Additional/LF/726558/ SA/ESA/GSA Part Description: Wireworks Curvlinear 90 Degree Corner,74P Edge,24x36x24", Additional Laminates, FORMICA - 2 week additional lead time, SAND STONE - MATTE, Sand, Sand edge Sand grommet Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 1.0 Each 0010 Manufacturer: KI, Category: KI4, Part #: PWET6PJ.17 Part Description: Wireworks 17" Panel To Panel Jumper,6 Circuit Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 4.0 Each 0011 Manufacturer: KI, Category: KI4, Part #: PWET6PJ.1/SA Part Description: Wireworks 15 Amp Duplex Receptacle w/Bezel,6 Circuit,Circuit 1 Sand Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 4.0 Each 0012 Manufacturer: KI, Category: KI4, Part #: PWET6RC.2/SA Part Description: Wireworks 15 Amp Duplex Receptacle w/Bezel,6 Circuit,Circuit 2 Sand Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 4.0 Each 0013 Manufacturer: KI, Category: KI4, Part #: PWET6RC.41/SA Part Description: Wireworks 15 Amp Duplex Receptacle w/Bezel,6 Circuit,Circuit 4 Sand Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 8.0 Each 0014 Manufacturer: KI, Category: KI4, Part #: PWET6WW.30 Part Description: Wireworks Rigid Wireway,10-Wire System,6 Circuit,30"W Panel Purchaser's Item Code: NULL 2.0 Each PAGE 4 OF 36 FA810119QA027 CIN: F3Y0AA9143A0010000AA 0015 Manufacturer: KI, Category: KI4, Part #: PWET6WW.36 Part Description: Wireworks Rigid Wireway,10-Wire System,6 Circuit,36"W Panel Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 4.0 Each 0016 Manufacturer: KI, Category: KI4, Part #: PWP3060-74P Additional/LF/726558/ SA/ESA Part Description: Wireworks "D" Shaped Peninsula Worksurface,74P Edge,30x60"W Additional Laminates FORMICA - 2 week additional lead time SAND STONE - MATTE Sand Sand edge Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 3.0 Each 0017 Manufacturer: KI, Category: KI4, Part #: PWR2436-74P Additional/ LF/726558/SA/ESA/GSA Part Description: Wireworks Rectangular Worksurface,74P Edge,24x36"W Additional Laminates FORMICA - 2 week additional lead time SAND STONE - MATTE Sand Sand edge Sand grommet Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 6.0 Each 0018 Manufacturer: KI, Category: KI4, Part #: PWR2454-74P Additional/ LF/726558/SA/ESA/GSA Part Description: Wireworks Rectangular Worksurface,74P Edge,24x54"W Additional Laminates FORMICA - 2 week additional lead time SAND STONE - MATTE Sand Sand edge Sand grommet Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 6.0 Each 0019 Manufacturer: KI, Category: KI7, Part #: S7P/1524FBBF /CLSC/SA-NOCBW/ KS Part Description: 700 Series Files Freestanding Ped-Box/Box/File-24" Nominal Depth Classic (inset pull) Sand No Counterbalance Key standard Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 1.0 Each 0020 Manufacturer: KI, Category: KI4, Part #: PWSSL2429-DR-74P Standard/LDZ/ ESA Part Description: WireWorks Wrksf Support Panel,Lam/Lam,Right,74P Edge,24x29"H KI Laminates DESERT ZEPHYR 4841-60 Sand edge Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 1.0 Each 0021 Design work to field verify, produce install drawings and assist with finish Selection. PM to work as liaison between customer and installers, production & resolution of any issues and order management Purchaser's Item Code: NULL 1.0 Each PAGE 5 OF 36 FA810119QA027 CIN: F3Y0AA9143A0010000AA 0022 Labor and equipment to teardown and reconfigure existing KI product per new layout. Receive, deliver & install new product per BOM and approved furniture plan. Transfer and inventory all left over/existing product to buidlign 1 for future use. All work to be in a professional and timely manner during normal business hours. Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 1.0 Each 0023 Disconnect and reconnect of power to KI stations All work to be performed by state licensed electrician and during normal business hours **Does not include adding or extending circuitry and data/comm work** Purchaser's Item Code: NULL CIN: F3Y0AA9143A0010000AA 1.0 Each PAGE 6 OF 36 FA810119QA027 Description/Specifications/Statement of Work Requirements This requirement is for the acquisition of Furniture for 2nd Floor, Bldg. 400, including reconfiguration and installation using some existing furniture components IAW the Performance Work Statement (PWS). PAGE 7 OF 36 FA810119QA027 Packaging and Marking PAGE 8 OF 36 FA810119QA027 Inspection and Acceptance PAGE 9 OF 36 FA810119QA027 Deliveries or Performance Contractor Destination 0001 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 1.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0002 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 2.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0003 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 9.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES PAGE 10 OF 36 FA810119QA027 TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0004 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 5.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0005 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 7.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0006 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 13.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 PAGE 11 OF 36 FA810119QA027 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0007 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 12.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0008 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 1.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0009 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 1.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE PAGE 12 OF 36 FA810119QA027 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0010 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 4.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0011 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 4.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0012 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 4.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA PAGE 13 OF 36 FA810119QA027 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0013 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 8.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0014 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 2.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0015 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 4.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: PAGE 14 OF 36 FA810119QA027 CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0016 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 3.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0017 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 6.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0018 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 6.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: PAGE 15 OF 36 FA810119QA027 Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0019 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 1.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0020 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 1.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0021 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 1.0 Each Ship To DoDAAC: F3Y0AA Cage: PAGE 16 OF 36 FA810119QA027 DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Telephone: 405-734-5835 Email: ileshkumar.patel@us.af.mil 0022 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 1.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Email: ileshkumar.patel@us.af.mil Telephone: 405-734-5835 0023 Delivery Schedule Ship To Address Delivery On Or Before 20 NOV 2019 1.0 Each Ship To DoDAAC: F3Y0AA Cage: DunsNumber: Duns4Number: CountryCode: USA 72 ABW CE 7460 ARNOLD AVE BLDG 460 STE 223 AF BPN NO MILSBILLS PROCESSES TINKER AFB, OK 73145 United States OfficeCode: Ilesh Patel Email: ileshkumar.patel@us.af.mil Telephone: 405-734-5835 PAGE 17 OF 36 FA810119QA027 Contract Administration Data PAGE 18 OF 36 FA810119QA027 Special Contract Requirements PAGE 19 OF 36 FA810119QA027 Contract Clauses FAR Clauses Incorporated by Reference 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal 2017-01 Confidentiality Agreements or Statements-Representation. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or 2017-01 Statements. 52.204-22 Alternative Line Item Proposal. 2017-01 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 2015-11 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a 2016-02 Felony Conviction under any Federal Law. 52.219-6 Notice of Total Small Business Set-Aside. 2011-11 52.219-6 Alternate I Notice of Total Small Business Set-Aside. 2011-11 52.219-13 Notice of Set-Aside of Orders. 2011-11 52.222-21 Prohibition of Segregated Facilities. 2015-04 52.222-41 Service Contract Labor Standards. 2018-08 52.222-55 Minimum Wages Under Executive Order 13658. 2015-12 52.222-62 Paid Sick Leave Under Executive Order 13706. 2017-01 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 52.225-3 Alternate I Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 52.233-3 Protest after Award. 1996-08 52.233-4 Applicable Law for Breach of Contract Claim. 2004-10 52.237-1 Site Visit 1984-04 DFARS Clauses Incorporated by Reference 252.201-7000 Contracting Officer's Representative 1991-12 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 252.203-7005 Representation Relating to Compensation of Former DoD Officials 2011-11 252.204-7003 Control of Government Personnel Work Product. 1992-04 252.204-7006 Billing Instructions. 2005-10 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 2016-10 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident 2016-10 Reporting. 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 252.206-7000 Domestic Source Restriction 1991-12 252.211-7003 Item Unique Identification and Valuation. 2016-03 252.215-7007 Notice of Intent to Resolicit. 2012-06 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous 2014-09 Materials. 252.225-7031 Secondary Arab Boycott of Israel. 2005-06 252.225-7048 Export-Controlled Items. 2013-06 252.232-7010 Levies on Contract Payments. 2006-12 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2012-06 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 2013-06 252.243-7001 Pricing of Contract Modifications. 1991-12 252.244-7000 Subcontracts for Commercial Items 2013-06 252.247-7024 Notification of Transportation of Supplies by Sea. 2000-03 AFFARS Clauses Incorporated by Reference 5352.223-9001 Health and Safety on Government Installations 11/1/2012 FAR Clauses Incorporated by Full Text PAGE 20 OF 36 FA810119QA027 52.212-4 Contract Terms and Conditions-Commercial Items. 2017-01 As prescribed in 12.301(b)(3), insert the following clause: Contract Terms and Conditions-Commercial Items (Jan 2017) (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, 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 PAGE 21 OF 36 FA810119QA027 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 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 as 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. PAGE 22 OF 36 FA810119QA027 (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-ofname agreements in FAR 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; and (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. (ii) 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 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 User 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) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items. 2018-08 As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Aug 2018) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). PAGE 23 OF 36 FA810119QA027 (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (4) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). x (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.) x (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). x (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] x (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011). (iii) Alternate II (Nov 2011). (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-7. (iii) Alternate II (Mar 2004) of 52.219-7. (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 (Aug 2018) (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 (Aug 2018) 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). x (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)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28)(i) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (ii) Alternate I (Feb 1999) of 52.222-26. (29)(i) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). (ii) Alternate I (July 2014) of 52.222-35. (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (ii) Alternate I (July 2014) of 52.222-36. (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). _ x (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)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). PAGE 24 OF 36 FA810119QA027 (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). (38)(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. (39)(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. (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (41)(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. x (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). (44) 52.223-21, Foams (Jun 2016) (E.O. 13693). (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (ii) Alternate I (JAN 2017) of 52.224-3. x (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (47)(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. (48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (49) 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). (50) 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). (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). x (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). x (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)). (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. (iii) Alternate II (Feb 2006) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (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). (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (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). x (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). x (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 PAGE 25 OF 36 FA810119QA027 terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 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. (v) 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. (vi) 52.222-21, Prohibition of Segregated Facilities ( Apr 2015) (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (xi) 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. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiii) (xiv) 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). (xv) 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). (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xx) 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). (xxi) 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. (xxii) 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 Clause) 52.219-28 Post-Award Small Business Program Rerepresentation. 2013-07 As prescribed in 19.309(c), insert the following clause: Post-Award Small Business Program Rerepresentation (Jul 2013) (a) Definitions. As used in this clause- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period ofperformance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is not dominant in its field of operation when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. PAGE 26 OF 36 FA810119QA027 (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/ content/table-small-business-size-standards. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [_] is, [_] is not a small business concern under NAICS Code assigned to contract number. [Contractor to sign and date and insert authorized signer's name and title]. (End of clause) 52.222-26 Equal Opportunity. 2016-09 As prescribed in 22.810(e), insert the following clause: Equal Opportunity (Sept 2016) (a) Definition. As used in this clause. "Compensation" means any payments made to, or on behalf of, an employee or offered to an applicant as remuneration for employment, including but not limited to salary, wages, overtime pay, shift differentials, bonuses, commissions, vacation and holiday pay, allowances, insurance and other benefits, stock options and awards, profit sharing, and retirement. "Compensation information" means the amount and type of compensation provided to employees or offered to applicants, including, but not limited to, the desire of the Contractor to attract and retain a particular employee for the value the employee is perceived to add to the Contractor's profit or productivity; the availability of employees with like skills in the marketplace; market research about the worth of similar jobs in the relevant marketplace; job analysis, descriptions, and evaluations; salary and pay structures; salary surveys; labor union agreements; and Contractor decisions, statements and policies related to setting or altering employee compensation. "Essential job functions" means the fundamental job duties of the employment position an individual holds. A job function may be considered essential if- (1) The access to compensation information is necessary in order to perform that function or another routinely assigned business task; or (2) The function or duties of the position include protecting and maintaining the privacy of employee personnel records, including compensation information. "Gender identity" has the meaning given by the Department of Labor's Office of Federal Contract Compliance Programs, and is found at www.dol.gov/ofccp/LGBT/LGBT_FAQs.html. "Sexual orientation" has the meaning given by the Department of Labor's Office of Federal Contract Compliance Programs, and is found at www.dol.gov/ofccp/LGBT/LGBT_FAQs.html. "United States," means the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island. (b) (1) If, during any 12-month period (including the 12 months preceding the award of this contract), the Contractor has been or is awarded nonexempt Federal contracts and/or subcontracts that have an aggregate value in excess of $10,000, the Contractor shall comply with this clause, except for work performed outside the United States by employees who were not recruited within the United States. Upon request, the Contractor shall provide information necessary to determine the applicability of this clause. PAGE 27 OF 36 FA810119QA027 (2) If the Contractor is a religious corporation, association, educational institution, or society, the requirements of this clause do not apply with respect to the employment of individuals of a particular religion to perform work connected with the carrying on of the Contractor's activities (41 CFR 60-1.5). (c) (1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. However, it shall not be a violation of this clause for the Contractor to extend a publicly announced preference in employment to Indians living on or near an Indian reservation, in connection with employment opportunities on or near an Indian reservation, as permitted by 41 CFR 60-1.5. (2) The Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. This shall include, but not be limited to- (i) Employment; (ii) Upgrading; (iii) Demotion; (iv) Transfer; (v) Recruitment or recruitment advertising; (vi) Layoff or termination; (vii) Rates of pay or other forms of compensation; and (viii) Selection for training, including apprenticeship. (3) The Contractor shall post in conspicuous places available to employees and applicants for employment the notices to be provided by the Contracting Officer that explain this clause. (4) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (5)(i) The Contractor shall not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This prohibition against discrimination does not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (ii) The Contractor shall disseminate the prohibition on discrimination in paragraph (c)(5)(i) of this clause, using language prescribed by the Director of the Office of Federal Contract Compliance Programs (OFCCP), to employees and applicants by- (A) Incorporation into existing employee manuals or handbooks; and (B) Electronic posting or by posting a copy of the provision in conspicuous places available to employees and applicants for employment. (6) The Contractor shall send, to each labor union or representative of workers with which it has a collective bar-gaining agreement or other contract or understanding, the notice to be provided by the Contracting Officer advising the labor union or workers' representative of the Contractor's commitments under this clause, and post copies of the notice in conspicuous places available to employees and applicants for employment. (7) The Contractor shall comply with Executive Order 11246, as amended, and the rules, regulations, and orders of the Secretary of Labor. (8) The Contractor shall furnish to the contracting agency all information required by Executive Order 11246, as amended, and by the rules, regulations, and orders of the Secretary of Labor. The Contractor shall also file Standard Form 100 (EEO-1), or any successor form, as prescribed in 41 CFR Part 60-1. Unless the Contractor has filed within the 12 months preceding the date of contract award, the Contractor shall, within 30 days after contract award, apply to either the regional Office of Federal Contract Compliance Programs (OFCCP) or the local office of the Equal Employment Opportunity Commission for the necessary forms. (9) The Contractor shall permit access to its premises, during normal business hours, by the contracting agency or the OFCCP for the purpose of conducting on-site compliance evaluations and complaint investigations. The Contractor shall permit the Government to inspect and copy any books, accounts, records (including computerized records), and other material that may be relevant to the matter under investigation and pertinent to compliance with Executive Order 11246, as amended, and rules and regulations that implement the Executive Order. (10) If the OFCCP determines that the Contractor is not in compliance with this clause or any rule, regulation, or order of the Secretary of Labor, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts, under the procedures authorized in Executive Order 11246, as amended. In addition, sanctions may be imposed and remedies invoked against the Contractor as provided in Executive Order 11246, as amended; in the rules, regulations, and orders of the Secretary of Labor; or as otherwise provided by law. (11) The Contractor shall include the terms and conditions of this clause in every subcontract or purchase order that is not exempted by the rules, regulations, or orders of the Secretary of Labor issued under Executive Order 11246, as amended, so that these terms and conditions will be binding upon each subcontractor or vendor. PAGE 28 OF 36 FA810119QA027 (12) The Contractor shall take such action with respect to any subcontract or purchase order as the Director of OFCCP may direct as a means of enforcing these terms and conditions, including sanctions for noncompliance, provided, that if the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of any direction, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. (d) Notwithstanding any other clause in this contract, disputes relative to this clause will be governed by the procedures in 41 CFR part 60-1. (End Clause) 52.222-36 Equal Opportunity for Workers with Disabilities. 2014-07 As prescribed in 22.1408(a), insert the following clause: Equal Opportunity for Workers with Disabilities (Jul 2014) (a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities. (b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. (End Clause) DFARS Clauses Incorporated by Full Text 252.232-7006 Wide Area WorkFlow Payment Instructions. 2013-05 As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2 IN 1 Invoice (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F3Y0AA (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* --------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------- Pay Official DoDAAC F03000 Issue By DoDAAC FA8101 Admin DoDAAC FA8101 Inspect By DoDAAC F3Y0AA Ship To Code F3Y0AA Service Approver (DoDAAC) F3Y0AA Service Acceptor (DoDAAC) F3Y0AA PAGE 29 OF 36 FA810119QA027 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. sarah.brackner@us.af.mil and shelley.moore@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activitys WAWF point of contact. sarah.brackner@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS Clauses Incorporated by Full Text 5352.201-9101 Ombudsman 6/1/2016 "(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/ or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee- employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Gregory May at 405-739-3900. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/ MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer." (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. PAGE 30 OF 36 FA810119QA027 (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (g) REAL ID ACT: Effective October 10, 2018 all contractors must comply with the REAL ID Act requirements. https:// www.dhs.gov/real-id (1) The following state/territory IDs are not compliant with the REAL ID Act requirements. https://www.dhs.gov/real-id They are as follows: Alaska, California, Idaho, Illinois, Kentucky, Maine, Massachusetts, Minnesota, Missouri, Montana, North Dakota, New Hampshire, Oklahoma, Oregon, Pennsylvania, South Carolina, Virginia, and Washington. The exceptions to this restriction are Washington and Minnesota Enhanced Driver's Licenses (EDLs) which display a red, white and blue American flag on the front of the ID card. EDLs exceed REAL ID Act guidelines and are considered acceptable forms of identification. Standard issue driver's licenses from the above states, however, are not compliant. (2) There is no change for base access to individuals who already possess military issued credentials; non-DoD personnel without base access credentials will be the largest demographic affected by REAL ID Act requirements. Identity proofing was done using approved identification credentials with a background check conducted through law enforcement authoritative databases. That will not change on October 10, 2018. (3) What will change is which ID's for proof of identity will be accepted. The forms of ID on this list are for use solely at Tinker AFB and several ID's on this list may not grant you entry for other Federal Facilities or military bases. If you are travelling to other Federal Installations/buildings it is recommended you contact them before travelling to that location. Tinker AFB acceptable alternative forms of ID are the following: - U.S. Passport - U.S. Passport Card - PIV or Federally-issued PIV - Driver's License issued by the U.S Department of State - Border Crossing Card ( Form DSP-150) - DHS "Trusted Traveler" Cards - U.S. Military ID - Veteran's Health Identification Card - U.S. Permanent Resident Card (Form 1-551) - U.S. Certificate of Naturalization (Form N-550) - Employment Authorization Document issued by DHS (Form 1-766) - U.S. Refugee Travel Document (Permit to Re-enter form 1-327 and Refugee Travel Document Form 1-571) - Transportation Worker - Identification Credential (TWIC) - Merchant Mariner Card issued by USCG - A state driver's license or ID that meets the REAL ID standards or has an extension - State-issued EDLs - Interim Driver's License issued by a state that meets the REAL ID standards or has an extension - Native American Tribal Photo ID - Foreign government-issued passport - PIV-I cards - Non-Real ID Act Driver's License supplemented with documentation listed: - Social Security Card - Birth Certificate - Voter Registration Card - State Issued Concealed Carry License - State Issued Vehicle Registration (4) All visitors are required to have the proper identification to access an Air Force installation. A REAL ID Act compliant credential will be required to establish individual identity. Those who do not have the accepted documentation for installation access will not be permitted to enter the base without an approved escort (contractors cannot escort other contractors). (5) Delivery drivers will be required to receive an access pass and background check. It should only add a few minutes to the delivery time, provided the delivery driver meets the criteria for receiving an access pass. In order to conduct the PAGE 31 OF 36 FA810119QA027 background check, a REAL ID Act compliant credential will be required to establish individual identity. Those who do not have the accepted documentation for installation access will not be permitted to enter the base without an approved escort. (6) There is no change for base access to individuals who already possess military issued credentials. Those incoming employees who do not currently have military issued credentials will need identity proofing using approved identification credentials with a background check conducted through law enforcement authoritative databases. (End of clause) PAGE 32 OF 36 FA810119QA027 List of Attachments See PWS. PAGE 33 OF 36 FA810119QA027 Representations, Certification, and other Statements of Offerors PAGE 34 OF 36 FA810119QA027 Instrs., Conds., and Notices to Offerors See front page of Combination Synopsis/Solicitation. PAGE 35 OF 36 FA810119QA027 Evaluation Factors for Award See front page of Combination Synopsis/Solicitation. PAGE 36 OF 36 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2019); 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/spg/USAF/AFMC/OCALCBC/FA810119QA027/listing.html)
- Place of Performance
- Address: Tinker AFB Oklahoma City, OK
- Zip Code: 73145
- Country: US
- Zip Code: 73145
- Record
- SN05399938-F 20190811/190809230027 (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 |