Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOLICITATION NOTICE

Z -- Naval Nuclear Power Training Command - Facility Maintenance Services

Notice Date
12/13/2019 12:19:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404 USA
 
ZIP Code
29404
 
Solicitation Number
FA441820Q0002
 
Response Due
12/23/2019 12:00:00 PM
 
Archive Date
01/31/2020
 
Point of Contact
Jonathan Hirsch, Phone: 8439635160, Terry Harrelson, Phone: 8439635158
 
E-Mail Address
jonathan.hirsch@us.af.mil, Terry.Harrelson.1@us.af.mil
(jonathan.hirsch@us.af.mil, Terry.Harrelson.1@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
AMENDMENT TWO: The purpose of this Amendment is toA. Incorporate the Pre-Proposal Question and Answer document into the solicitationB. Revise solicitation PWS.C. Revise PWS Appendix A.D. Incorporate Appendix D.E. Incorporate PowerPoint Presentations presented at the Pre-Proposal Conference.F. Delete Appendix M which was not deleted as stated in solicitation amendment one.G. All other terms and conditions remain unchanged.AMENDMENT ONE: The purpose of this Amendment is toA. Incorporate Past Performance Questionnaire Attachment 4 to the solicitation packageB. Delete Appendix M from the solicitation package.C. All remaining terms and conditions remain unchanged.Combined Synopsis/ Solicitation for Commercial Items(i) 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 and Simplified Procedures for Certain Commercial Items in FAR 13.5. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued.(ii) This Synopsis/Solicitation reference number is FA441820Q0002 and is being issued as a Request for Quote (RFQ).(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, Dated November 12, 2019.(iv) This acquisition is 100% set-aside for 8(a) Small Businesses. The associated NAICS code is 561210 with a $38.5 million size standard.(v) A site visit will be conducted at 0900 on Tuesday, 10 December 2019. Attendees are limited to two personnel per firm. Prospective Offerors shall meet at the Joint Base Charleston-Weapon Station (JBC-WS) Redbank Club at 2316 Red Bank Rd, Goose Creek, SC 29445. Prospective Offerors are urged to attend this conference and are requested to contact Mr. Jonathan Hirsch, Contract Specialist at (843) 963-5160, e-mail address jonathan.hirsch@us.af.mil no later than 03 December 2019 if they plan to attend. Special arrangements will be required to gain access to the Navy Nuclear Power Training Command (NNPTC). Offerors are cautioned NNPTC has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass. Security forms will be required to be turned in to this office no later than 0900 on 04 December 2019 (see combo attachments). Details regarding the information required will be provided upon request by Mr. Jonathan Hirsch at jonathan.hirsch@us.af.mil. A firm fixed price contract is contemplated.(vi) The purpose of this requirement is to provide Facility Maintenance services. The principle place of performance is located at NNPTC, JBC-WS, Goose Creek, SC. NNPTC is an academic complex consisting of nineteen facility types and structures including student living quarters, training facilities, a dining facility, and an energy plant. The Offeror shall be responsible for maintaining all facilities, structures, systems and equipment to safe and reliable operational standards with minimum disruptions to NNPTC’s mission.(vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/)ADDENDAFAR 52.212-1, Instructions to Offerors - Commercial.1. PART I - PRICE - Submit an electronic copy of the completed Pricing Schedule (electronic copies must be compatible with Microsoft Office or Adobe programs) (a) Complete the FA441820Q0002 Price Sheet. In doing so, the Offeror accedes to the contract terms and conditions as written in the Synopsis/Solicitation, with attachments. The Synopsis/Solicitation constitutes the model contract.(b) Insert proposed unit and extended prices in the space provided in the FA441820Q0002 Price Sheet. Offerors are not required to enter a unit price or extended unit price for Repair CLINs 0002, 0004, 1002, 1004, 2002, 2004, 3002, 3004, 4002, and 4004. Instead, Offerors shall fill-in the proposed mark-up rates provided at the bottom of the price sheet for those CLINS. All CLIN extended amounts must equal the whole dollar unit price multiplied by the number of units. The Pricing Worksheet must be completely filled in, unless otherwise directed. The offer must be submitted for a base period of six months, four options at twelve months, and one option lasting six months.(c) Complete the necessary fill-ins and certifications in all provisions. The provisions FAR 52.212-3,Offeror Representations and Certifications - Commercial Items, shall be returned along with the offer.2. PART II - PAST PERFORMANCE INFORMATION - Only references for recent and relevant contracts will be considered. Submit an electronic copy of past performance information (electronic copies must be compatible with Microsoft Office or Adobe programs). Quality and Satisfaction Rating for Contracts Completed in the past three years from the issuance of this synopsis/solicitation: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for relevant past efforts/contracts similar in scope and magnitude of effort and complexities identified in this solicitation. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, etc. Performance Surveys: The government will evaluate the quality and extent of Offeror's performance relevant to the requirements of this RFP. Offerors are directed to provide the past performance survey to their business references requested below. Offeror past performance references shall submit the Past Performance surveys directly to the Government personnel authorized to receive offers, not later than the required RFQ response date. The government will use information submitted by the Offeror and any other sources of information available to the Government to assess past performance. Provide a list of no more than three, of the most relevant contracts performed for Federal agencies or commercial customers within the last three years of the solicitation issue date. Relevant contracts include performance of Facilities Maintenance similar in size and scope described in the Performance Work Statement and which requires personnel experienced and qualified to perform Preventative Maintenance and Inspections, Facility Repairs, and Equipment Repairs on items such as: Industrial HVAC PM/Repair (650-800T Trane Chillers, DDC Controls); Food Service Equipment (i.e. garbage grinders, combination ovens, sculleries, tray conveyors, steam kettles, etc.); Hot Water Boilers, Steam Boilers, including condensate, hot water and steam lines; Electronic Locks; Roofs (i.e. roof leaks); 24/7/365 On-Site Response Capability; and General electrical, mechanical, and plumbing maintenance. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. At a minimum, incorporate the following in the past performance survey: Company/Division name Product/Service Contracting Agency/Customer Contract Number Contract Dollar Value Period of Performance Verified, up-to-date name, address, FAX & telephone number of the contracting officer or contracting officer’s representative. Comments regarding compliance with contract terms and conditions.If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with the same partner. If offeror is a joint venture, past performance for the joint venture only is requested.(c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime contractor without the subcontractor’s consent. A Letter from all subcontractors must be provided if they are intended to perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor.(d) Documents submitted in response to this solicitation must be fully responsive to, and consistent with the following:1. Requirements of the solicitation and Performance Work Statement (PWS), and government standards and regulations pertaining to the PWS.2. Evaluation Factors for Award.ADDENDAFAR 52.212-2, Evaluation - Commercial Items Evaluation. (Oct 2014)1. Evaluation Factors(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 past performance considered. Each Offeror’s quote shall be evaluated against the following evaluation factors:FACTOR 1: PRICEFACTOR 2: PAST PERFORMANCEPast Performance is significantly more important than Price.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option or unit price(s) are significantly unreasonable, unaffordable, or unbalanced. Evaluation of unit price(s) options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.2. BASIS FOR CONTRACT AWARD The Government will adhere to FAR 52.212-2 Evaluation - Commercial Items, during evaluation of quotes. This is a competitive subjective tradeoff in which competing Offeror’s past performance history will be evaluated on a basis significantly more important than price. The Government will evaluate Price evaluation factor 1, and Past Performance evaluation factor 2. The Government will determine which offer represents the best overall value. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions to Offerors, the Offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their prices and performance records. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: Factor 1: Total Evaluated Price. First, all Offerors will be ranked according to price, inclusive of option prices. The Government shall assess each Offeror’s quoted price for reasonableness, affordability, and balance. An Offeror’s quoted prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each line item. All sub-totals will then be added to confirm the total for the base and all option periods. Similarly, the price for 52.217-8 Option to Extend Services shall be evaluated by evaluating the quoted price for the fifth option period, in order to establish any possible extension of services fair and reasonable at time of award. If the lowest priced offer is determined to have reasonable, affordable, or balanced pricing, the Government will evaluate that offer for past performance. If the lowest priced offer is determined not to have reasonable pricing, the Government will evaluate the next lowest priced Offeror’s in the same manner. Factor 2: Performance Confidence Assessment. Next, past performance will be evaluated. The contracting officer will seek recent and relevant performance information on the lowest price Offeror based on (1) the references provided by the Offeror and (2) data independently obtained from other government and commercial sources.Recent is defined as performance during the preceding three years from the date of issuance of this synopsis/solicitation.Relevant performance includes performance of efforts requiring management, tools, equipment, and labor, to perform Facilities Maintenance of an effort similar in scope and magnitude of effort and complexity as this solicitation requires. The purpose of the past performance evaluation is to allow the government to assess the Offeror’s probability of meeting the solicitation requirements based on the offeror’s demonstrated past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence, or No Confidence as defined in the table below. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal Offeror. Offerors with no recent/relevant performance history or if the Offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned shall receive the rating of “Neutral Confidence," meaning the rating is treated neither favorably nor unfavorably. The Government shall give greater consideration to Offerors whose past performance information rates “Substantial Confidence” or “Satisfactory Confidence” than to those Offerors whose past performance information rates “Neutral Confidence.”Performance Confidence AssessmentsRatingDescriptionSubstantial ConfidenceBased on the Offeror’s recent/relevant performance record, the Government has a high expectation that the Offeror will successfully perform the required effort.Satisfactory ConfidenceBased on the Offeror’s recent/relevant performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort.Neutral ConfidenceNo recent/relevant performance record is available or the Offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The Offeror may not be evaluated favorably or unfavorably on the factor of past performance.Limited ConfidenceBased on the Offeror’s recent/relevant performance record, the Government has a low expectation that the Offeror will successfully perform the required effort.No ConfidenceBased on the Offeror’s recent/relevant performance record, the Government has no expectation that the Offeror will be able to successfully perform the required effort.In evaluating past performance, the government reserves the right to give greater weight to information on those contracts deemed most relevant to the effort described in this solicitation. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal Offeror. The following table, also from the DoD Source Selection Guide, describes past performance relevancy ratings.Past Performance Relevancy RatingsRatingDefinitionVery RelevantPresent/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires.RelevantPresent/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires.Somewhat RelevantPresent/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires.Not RelevantPresent/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. If an Offeror is the lowest reasonable, affordable, balanced priced, and receives a “Substantial Confidence” past performance confidence rating, that offer represents the best value to the Government and award will be made with no further evaluations. If the lowest priced Offeror is found to have unreasonable, unaffordable, or unbalanced pricing, evaluations will continue until an Offeror is found with reasonable, affordable, balanced pricing, and receives a “Substantial Confidence” past performance confidence assessment or until all offers have been evaluated. At that point an integrated assessment best value award decision will be made considering a trade-off between Past Performance and Price to determine the best value for the government. In the event no Offeror receives a substantial confidence rating, the Contracting Officer will evaluate the lowest reasonable, affordable, balanced priced satisfactory confidence rated offer or determine if discussions are in order. Offerors are cautioned to submit sufficient information and in the format specified in the instructions to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their Offeror or respond to adverse past performance information to which the Offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information supporting a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for offer revision. The Government intends to make award based on the initial submissions without conducting interchanges. Therefore, each offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges if, during the evaluation, it is determined to be in the best interest of the Government. Interchanges are fluid interactions between the Contracting Officer (CO) and the Offerors that may address any aspect of the quote and may or may not be documented in real time. However, the Government reserves the right to conduct interchanges using Interchange Notices (IN). Offeror responses to INs will be considered in making the award selection decision.Interchanges may be conducted with one, some, or all Offerors. The Government is not required to conduct interchanges with any or all Offerors responding to this Synopsis/Solicitation. The CO will determine prices fair and reasonable through the use of one or more of the evaluation techniques at FAR 13.106-3(a).PROVISIONS/CLAUSES INCORPORATED BY REFERENCECLAUSE NO.CLAUSE TITLEYEAR-MOSECTIONVARIATION252.201-7000Contracting Officer's Representative1991-12SEC G252.203-7000Requirements Relating to Compensation of Former DoD Officials2011-09SEC I252.203-7002Requirement to Inform Employees of Whistleblower Rights.2013-09SEC I252.203-7005Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision:2011-11SEC K252.204-7003Control of Government Personnel Work Product.1992-04SEC I252.204-7004Antiterrorism Awareness Training for Contractors.2019-02SEC I252.204-7006Billing Instructions.2005-10SEC G252.204-7008Compliance with Safeguarding Covered Defense Information Controls.2016-10SEC I252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting.2016-10SEC I252.204-7015Notice of Authorized Disclosure of Information for Litigation Support.2016-05SEC I252.205-7000Provision of Information to Cooperative Agreement Holders1991-12SEC I252.209-7004Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism.2019-05SEC I252.211-7007Reporting of Government-Furnished Property.2012-08SEC I252.215-7013Supplies and Services Provided by Nontraditional Defense Contractors.2018-01SEC L252.219-7011Notification to Delay Performance.1998-06SEC I252.222-7006Restrictions on the Use of Mandatory Arbitration Agreements.2010-12SEC I252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.2014-09SEC I252.223-7008Prohibition of Hexavalent Chromium.2013-06SEC I252.225-7001Buy American and Balance of Payments Program.2017-12SEC I252.225-7002Qualifying Country Sources as Subcontractors.2017-12SEC I252.225-7012Preference for Certain Domestic Commodities.2017-12SEC I252.225-7048Export-Controlled Items.2013-06SEC I252.226-7001Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns.2019-04SEC I252.232-7003Electronic Submission of Payment Requests and Receiving Reports.2018-12SEC G252.232-7010Levies on Contract Payments.2006-12SEC I252.236-7000Modification Proposals--Price Breakdown1991-12SEC G252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel.2013-06SEC I252.243-7001Pricing of Contract Modifications.1991-12SEC I252.243-7002Requests for Equitable Adjustment.2012-12SEC I252.244-7000Subcontracts for Commercial Items2013-06SEC I252.245-7001Tagging, Labeling, and Marking of Government-Furnished Property.2012-04SEC E252.245-7002Reporting Loss of Government Property.2017-12SEC I252.245-7003Contractor Property Management System Administration.2012-04SEC I252.246-7008Sources of Electronic Parts.2018-05SEC I52.219-14Limitations on Subcontracting (DEVIATION 2019-O0003)2017-01SEC IDeviation2019-O00032019-0152.219-6Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003)2011-11SEC IDeviation2019-O00032019-0152.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation.2017-01SEC I52.203-6Restrictions on Subcontractor Sales to the Government.2006-09SEC IAlternateI1995-1052.204-16Commercial and Government Entity Code Reporting.2016-07SEC I52.204-18Commercial and Government Entity Code Maintenance.2016-07SEC K52.204-7System for Award Management.2018-10SEC I52.219-13Notice of Set-Aside of Orders.2011-11SEC I52.222-37Employment Reports on Veterans.2016-02SEC I52.224-3Privacy Training.2017-01SEC I52.232-40Providing Accelerated Payments to Small Business Subcontractors.2013-12SEC I52.245-1Government Property.2017-01SEC I52.212-4Contract Terms and Conditions-Commercial Items.2018-10SEC I52.212-1Instructions to Offerors-Commercial Items.2018-10SEC F252.219-7010Notification of Competition Limited to Eligible 8(a) ConcernsPartnership Agreement.2016-03SEC I52.202-1Definitions.2013-11SEC I52.203-12Limitation on Payments to Influence Certain Federal Transactions.2010-10SEC I52.203-17Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights.2014-04SEC I52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.2017-01SEC I52.203-3Gratuities.1984-04SEC I52.203-5Covenant Against Contingent Fees.2014-05SEC K52.204-13System for Award Management Maintenance.2018-10SEC I52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper.2011-05SEC I52.204-9Personal Identity Verification of Contractor Personnel.2011-01SEC L52.207-2Notice of Streamlined Competition.2006-05SEC I52.216-18Ordering52.217-5Evaluation of Options.1990-07SEC M52.219-18Notification of Competition Limited to Eligible 8(a) ConcernsSEC I52.223-6Drug-Free Workplace.2001-05SEC I52.227-14Rights in Data-General.2014-05SEC I52.228-5Insurance-Work on a Government Installation.1997-01SEC I52.229-3Federal, State, and Local Taxes.2013-02SEC I52.232-1Payments.1984-04SEC I52.232-11Extras.1984-04SEC I52.232-17Interest.2014-05SEC I52.232-18Availability of Funds.1984-04SEC I52.232-23Assignment of Claims.2014-05SEC I52.232-8Discounts for Prompt Payment.2002-02SEC I52.232-40Providing Accelerated Payments to Small Business SubcontractorsSEC I52.237-1Site Visit.1984-04SEC L52.237-2Protection of Government Buildings, Equipment, and Vegetation.1984-04SEC I52.242-13Bankruptcy.1995-07SEC I52.246-25Limitation of Liability-Services.1997-02SEC I52.252-6Authorized Deviations in ClausesSEC I52.253-1Computer Generated Forms.1991-01SEC I5352.223-9000 Elimination of Class I Ozone Depleting Substances (ODS)5352.223-9001 Health and Safety on Government Installations (OCT 2019) 5352.242-9000 Contractor Access to Air Force Installations (OCT 2019)5352.242-9001 Common Access Cards (CAC) for Contractor Personnel (OCT 2019) PROVISIONS/CLAUSES IN FULL TEXTCLAUSE NO.CLAUSE TITLE(MONTH YEAR)VARIATIONNAMEDATECLAUSE TEXT52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.(AUG 2019)As prescribed in 12.301(b)(4), insert the following clause: (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)). (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) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31U.S.C.3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19U.S.C.3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41U.S.C.4704 and 10U.S.C.2402). __X__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41U.S.C.3509)). __X__ (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 2018) (Pub. L. 109-282) (31U.S.C.6101note). ____ (5) [Reserved]. __X__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __X__ (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) (31U.S.C.6101 note). __X__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41U.S.C. 2313). ____ (10) [Reserved]. ____ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15U.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) (15U.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) (15U.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) (15U.S.C.644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. __X__ (16) 52.219-8, Utilization of Small Business Concerns (Oct2018) (15U.S.C.637(d)(2) and (3)). ____ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug2018) (15U.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) (15U.S.C.644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15U.S.C.637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15U.S.C.637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15U.S.C.657f). __X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15U.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) (15U.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 (Dec2015) (15U.S.C.637(m)). __X__ (25) 52.222-3, Convict Labor (June 2003) (E.O.11755). ____ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126). __X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). __X__ (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). ____ (ii) Alternate I (Feb 1999) of 52.222-26. __X__ (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct2015) (38U.S.C.4212). ____ (ii) Alternate I (July 2014) of 52.222-35. __X__ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29U.S.C.793). ____ (ii) Alternate I (July 2014) of 52.222-36. __X__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38U.S.C.4212). __X__ (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 (Jan 2019) (22U.S.C.chapter78 and E.O. 13627). ____ (ii) Alternate I (Mar 2015) of 52.222-50 (22U.S.C.chapter 78 and E.O. 13627). __X__ (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) (42U.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 (42U.S.C.6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __X__(36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). __X__(37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun2016) (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 (Jun2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun2014) of 52.223-14. __X__ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42U.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). __X__ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). __X__ (44) 52.223-21, Foams (Jun2016) (E.O. 13693). __X__ (45) (i) 52.224-3 Privacy Training (Jan2017) (5 U.S.C. 552 a). ____ (ii) Alternate I (Jan 2017) of 52.224-3. ____ (46) 52.225-1, Buy American-Supplies (May 2014) (41U.S.C.chapter83). ____ (47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41U.S.C.chapter83,19U.S.C.3301 note, 19U.S.C.2112 note, 19U.S.C.3805 note, 19U.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. __X__ (48) 52.225-5, Trade Agreements (Aug 2018) (19U.S.C.2501, et seq., 19U.S.C.3301 note). __X__ (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; 10U.S.C. 2302 Note). ____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (42U.S.C.5150). ____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42U.S.C.5150). ____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41U.S.C.4505, 10U.S.C.2307(f)). ____ (54) 52.232-30, Installment Payments for Commercial Items (Jan2017) (41U.S.C.4505, 10U.S.C.2307(f)). __X__ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31U.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) (31U.S.C.3332). ____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5U.S.C.552a). ____ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15U.S.C.637(d)(13)). ____ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46U.S.C.Appx.1241(b) and 10U.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.] __X__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __X__ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41U.S.C.chapter 67). ____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29U.S.C.206 and 41U.S.C.chapter 67). __X__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29U.S.C.206 and 41U.S.C.chapter 67). ____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29U.S.C.206 and 41U.S.C.chapter67). ____ (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) (41U.S.C.chapter67). ____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41U.S.C.chapter67). __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) (42U.S.C.1792). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41U.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) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15U.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. (vi) 52.222-17, Nondisplacement of Qualified Workers (May2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (viii) 52.222-26, Equal Opportunity (Sept 2015) (E.O.11246). (ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38U.S.C.4212). (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul2014) (29U.S.C.793). (xi) 52.222-37, Employment Reports on Veterans (Feb2016) (38U.S.C.4212) (xii) 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. (xiii) 52.222-41, Service Contract Labor Standards (Aug2018) (41U.S.C.chapter67). (xiv) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22U.S.C.chapter78 and E.O 13627). (B) Alternate I (Mar2015) of 52.222-50(22U.S.C.chapter78 and E.O 13627). (xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41U.S.C.chapter67). (xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May2014) (41U.S.C.chapter67). (xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5U.S.C.552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 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; 10U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42U.S.C.1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46U.S.C. Appx.1241(b) and 10U.S.C.2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)52.222-42Statement of Equivalent Rates for Federal Hires.(MAY 2014)As prescribed in 22.1006(b), insert the following clause: In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332. This Statement is for Information Only: It is not a Wage Determination| Employee Class || Monetary Wage-Fringe Benefits || __23370 General Maintenance Worker__ || __$18.03 + 36.25%__ || __23160 Electrician, Maintenance__ || __$21.01 + 36.25%__ || __23760 Painter, Maintenance__ || __$17.97 + 36.25%__ || __23810 Plumber, Maintenance__ || __$22.47 + 36.25%__ | (End of Clause)52.216-1Type of Contract.(APR 1984)As prescribed in 16.105 , complete and insert the following provision:The Government contemplates award of a Fixed Price Indefinite Delivery Contract -Requirements contract resulting from this solicitation. (End of Clause)52.212-2Evaluation-Commercial Items.(OCT 2014)As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: __Price__ __Past Performance__ ____ Technical and past performance, when combined, are __Significantly more important than price__ (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Clause)52.216-19Order Limitations.(OCT 1995)As prescribed in 16.506(b), insert a clause substantially the same as follows: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $500,000.00; (2) Any order for a combination of items in excess of $2,000,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e.,includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs(b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause)52.216-21Requirements.(OCT 1995)As prescribed in 16.506(d), insert the following clause: (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 31 Mar 2025.(End of Clause)52.217-8Option to Extend Services.(NOV 1999)As prescribed in 17.208(f), insert a clause substantially the same as the following: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 (fifteen) Days. (End of Clause)52.217-9Option to Extend the Term of the Contract.(MAR 2000)As prescribed in 17.208(g), insert a clause substantially the same as the following: (a) The Government may extend the term of this contract by written notice to the Contractor within 15; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause)52.252-1Solicitation Provisions Incorporated by Reference.(FEB 1998)As prescribed in 52.107(a), insert the following provision: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far(End of Clause)52.252-2Clauses Incorporated by Reference.(FEB 1998)As prescribed in 52.107(b), insert the following clause: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far (End of Clause)52.252-5Authorized Deviations in Provisions.(APR 1984)As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert (DEVIATION) after the date of the provision. Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of Clause)5352.201-9101OMBUDSMAN.(APRIL 2014) 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 party to another official who can resolve the concern. 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). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, 618-229-0267, fax 618- 256-5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICC/AFISRA/SMC ombudsman levels, 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. The ombudsman has no authority to render a decision that binds the agency. 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. (xiii) INFORMATION REGARDING SUBMISSION OF QUOTE: Offers must be submitted electronically. Electronic responses must be submitted to Mr. Jonathan Hirsch, jonathan.hirsch@us.af.mil by 23 Dec 2019 no later than 1500. Reference the solicitation number and project title in the subject line of the email. Only emailed offers will be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f83441f125844f808016806bc4bd920e/view)
 
Place of Performance
Address: 29815, SC 29445, USA
Zip Code: 29445
Country: USA
 
Record
SN05516523-F 20191215/191213230258 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.