Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOLICITATION NOTICE

U -- Career Building for Women in Science

Notice Date
6/19/2020 12:23:29 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91020R00036
 
Response Due
6/29/2020 9:00:00 AM
 
Archive Date
07/14/2020
 
Point of Contact
David Romley, Phone: 2402767822
 
E-Mail Address
David.Romley@nih.gov
(David.Romley@nih.gov)
 
Description
Title: � Career Building for Women in Science Document Type:�������������������� Combined Synopsis / Solicitation Notice Solicitation Number:������������� 75N91020R00036 Proposed Posted Date:����������� 6/19/2020������� Proposed Response Date:������ 6/29/2020 Classification Code:�� ����������� U008 � Training/ Curriculum Development NAICS Code:������������������������ 611430 � Professional and Management Development Training Business Size Standard: �������� $11 million Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E122, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex UPS and other private carriers please use Rockville, MD 20850. The National Cancer Institute (NCI), Office of the Director (OD), Center for Cancer Training (CCT), plans to procure a course to support the program, �Career Building for Women in Science.� This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation: No. 75N91020R00036 includes all applicable provisions and clauses in effect through FAR FAC 2020-06 (June 2020) simplified procedures for commercial items.� The North American Industry Classification System code is 611430 and the business size standard is $11 million. Only one award will be made as a result of this solicitation. This will be awarded as a severable firm fixed price type contract.�� Description of Requirement The following features/characteristics are required for this requirement: The Contractor shall prepare, edit, and revise course materials for the SRK program. In addition, the contractor shall conduct two one-day workshops and bi-weekly chats to reinforce the coursework. The vendor shall travel to site to conduct both workshops. The course will take place at the NCI Bethesda and Shady Grove campuses. The Contractor shall have at least five years of experience in professional life coaching, which is distinct from lectures or other forms of instruction in that it leverages personalized, on-the-spot feedback. The Contractor shall be able to offer a unique educational background in science and engineering by holding a Ph.D. in a science field.� This would enable the contractor to understand scientists and deliver instruction that directly addresses needs unique to that community by personally relating to the program participants� graduate and post-graduate training experiences by �speaking their language.� The Contractor shall offer a combination of different instruction formats that have been tailored to the women postdoctoral fellows at NCI they include workshops, personalized coaching, group support calls, structured assignments, and strong community-building through a social network to enable participants hold themselves accountable for completing all the assignments.� Completion of tasks is determined by participants and program manager in attendance. TYPE OF ORDER This will be issued as a severable Firm-Fixed Price Purchase Order. PERIOD OF PERFORMANCE Base Period: �������������� September 19, 2020 to September 18, 2021 Option Period One: ��� September 19, 2021 to September 18, 2022 Option Period Two:��� September 19, 2022 to September 18, 2023 Option Period Three:� September 19, 2023 to September 18, 2024 Option Period Four:��� September 19, 2024 to September 18, 2025 PLACE OF PERFORMANCE 9609 Medical Center Drive, Rockville, MD 20850. REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE Metrics will be used to evaluate the effectiveness of the deliverables and will be based on participation, attendance, and leadership of the scheduled activities. The program manager will survey participants periodically to monitor satisfaction.�� Surveys will be developed, administered, analyzed by the contractor in collaboration with the program manager to use for better insights into the career development of women in science and to publicize and promote the program.� A single report will be given to the program manager at the end of the �Career Building for Women in Science� course to evaluate the participants and the workshop in order to edit and revise for proposed subsequent year�s program. Task/ Deliverable Description Proposed Timeline Develop project work plan � NCI meets with contractor to discuss needs; contractor reviews background material and resources: Weeks 1-2 Contractor prepares draft of first half of course materials; NCI reviews and edits drafts Weeks 3-8 NCI and contractor finalize first half course materials; schedule first workshop and first half of bi-weekly chats; begin draft of second half of course materials Weeks 9-15 Contractor holds first all-day workshop with participants; identifies specific needs to tailor individual�s progress Weeks 16-19 NCI and contractor review and edit draft for second half of course; finalize second half of course materials; contractor conducts 2-hour bi-weekly meetings with individual participants; contractor conducts second all-day workshop Weeks 20-32 Contractor conducts 2-hour bi-weekly meetings with individual participants Weeks 33-45 NCI and participants evaluate contractor and program; contractor prepares report on participant�s growth and future needs. Weeks 46-50 NCI and contractor discuss program revision using report information and participant�s evaluation survey results; NCI and contractor discuss communication, marketing, publication, presentation of program. Weeks 50-52 PAYMENT Payment shall be made upon receipt and acceptance of all deliverables. Payment authorization requires submission and approval of invoices to the COR and NIH OFM, in accordance with the payment provisions listed below: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JAN 2017) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: INVOICE REQUIREMENTS An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed.� A proper invoice is an ""Original"" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9.� If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice.� (See exceptions under II., below.)� Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. Vendor/Contractor:� Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). Remit-to address (Name and complete mailing address to send payment). Remittance name must match exactly with name on original order/contract.� If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. Invoice date. Unique invoice #s for all invoices per vendor regardless of site. NBS document number formats must be included for awards created in the NBS:� Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). Federal Taxpayer Identification Number (TIN).� In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice.� The VIN is the number that appears after the contractor�s name on the face page of the award document. Identify that payment is to be made using a three-way match. Description of supplies/services that match the description on the award, by line billed.* Freight or delivery charge must be billed as shown on the award.� If it is included in the item price do not bill it separately. �If identified in the award as a separate line item, it must be billed separately. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE:� If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice.� A modification to the order or contract may be needed before the invoice can be submitted and paid. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order.� If authorized, shipping costs must be itemized.� Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. II. ELECTRONIC INVOICING INSTRUCTIONS To All National Institutes of Health (NIH) Contractors/Vendors: This notification is effective on Wednesday April 1, 2020. The current national emergency and the need to protect Federal and Contractor staff has resulted in a change to NIH�s invoice submission process. Effective Wednesday, April 1, 2020, all NIH contractors/vendors invoices should be sent electronically via email to the NIH Office of Financial Management (OFM) and the NIH Contracting Officer (CO) using the below electronic submission instructions. On March 30, 2020, Governor Hogan issued a stay-at-home order for the state of Maryland where residents should not leave their homes unless it is for an essential purpose. Stay-at-home orders were also issued by the state of Virginia and the District of Columbia. Therefore, any mailed contractor/vendor invoices will be processed by NIH; however, significant delays are expected due to staff teleworking and complying with the stay-at-home orders. It is important that NIH contractors/vendors follow the below procedures in order to ensure smooth processing of invoices and timely payment. Contractor/Vendor Electronic Invoice Submission to the Office of Financial Management (OFM): The Contractor/Vendor shall: Send the invoice to the NIH centralized invoice email box: invoicing@nih.gov Follow the below format in the email subject line, which is a must (Note: The keywords and separating bars in bold must be present to identify the information.) Vendor: name of the contractor/vendor|PO: Contract Number/Task Order Number|Invoice:9999999 Ensure that the body of the email and attached invoice must both include the contractor/vendor�s correspondence email address in the below format (bolded information must be present to identify information): Correspondence email address: xyz@abc.com Note: See screenshot example below Follow the system size limits that apply to the email and each invoice: individual email attachments cannot exceed 5 megabytes each; and the email plus all attachments cannot exceed a total of 30 megabytes. Clearly identify a valid and complete contract number on each invoice Clearly identify a valid and complete order number on each invoice Clearly identify an accurate DUNS number on each invoice Not include confidential information such as Social Security Numbers (do not include TIN if it is a Social Security Number) Send one (1) invoice per email The date/time that a valid invoice is submitted electronically to the email box (invoicing@nih.gov) will be the same date/time logged as that the invoice is received by NIH. Please do not hand-deliver invoices to any NIH office. Please follow the above electronic submission instructions until further notice. In addition, please note that your contract or order will not be modified to reflect the above changes to the invoicing instructions. Failure to follow the above electronic submission instructions may result in invoice processing delays. For Questions? Inquiries regarding the status of invoices such as receipt of invoices, due date, or payment of invoices should be directed to the OFM Commercial Accounts Branch, Customer Service Office at 301-496-6088. The office is open Monday-Friday from 8:30 am to 4:30 pm (eastern prevailing time). The Customer Service Office is closed daily between 12:00 pm to 1:00 pm (eastern prevailing time). Contractor Courtesy Copy Electronic Invoice Submission to the Contracting Officer (CO): The Contractor shall send the OFM-submitted invoice to the NIH Contracting Officer. � � � �III. INVOICE PAYMENT Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services ��� performed. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. IV.� INTEREST PENALTIES A.� An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was� ��� processed and there was no disagreement over quantity, quality, or contractor ��� compliance with a term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies ��� delivered or services performed, the amount was not subject to further settlement ��� actions between the Government and the Contractor. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. V. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS � ��� SUBCONTRACTORS, FAR 52.232-40 (DEC 2013) Upon receipt�of accelerated payments from the Government,�the�Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when�such payment is otherwise�required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.� The�acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business�concerns for the acquisition of commercial items. PROVISIONS AND CLAUSES 52.252-2�� CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. HEALTH AND HUMAN SERICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3): Clause No. TITLE 352.203-70 Anti-lobbying (DEC 2015) 352.208-70 Printing and Duplication (DEC 2015) 352.211�3 Paperwork Reduction Act (DEC 2015) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations. (DEC2015) 352.224-70 Privacy Act (DEC 2015) 352.224-71 Confidential Information (DEC 2015) 352.227�70 Publications and Publicity (DEC 2015) 352.237-74 Non-Discrimination in Service Delivery (DEC 2015) FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1): Clause No. TITLE 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.212-4 Contract Terms and Conditions � Commercial Items (Oct 2018) 52.222-17 Nondisplacement of Qualified Workers (MAY 2014) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUN 2020)� (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) (31�U.S.C.�3553). (6)�52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)�(Public Laws 108-77 and 108-78 (19�U.S.C.�3805note)). (b)�The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___ (1)�52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (Oct�1995) (41�U.S.C.�4704�and�10�U.S.C.�2402). ����������___ (2)�52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41�U.S.C.�3509)). ___ (3)�52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 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 (JUN 2020) (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. (JUN 2020) (31�U.S.C.�6101note). _X__ (9)�52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct�2018) (41�U.S.C. 2313). ����������___ (10)�[Reserved]. ___ (11) (i)�52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Mar 2020) (15�U.S.C.657a). ������������������� ___ (ii)�Alternate I (Mar 2020) of�52.219-3. ___ (12)�(i)�52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15�U.S.C.�657a). ������������������� ___ (ii)�Alternate I (Mar 2020) of�52.219-4. ����������___ (13)�[Reserved] ����������___ (14)�(i)�52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15�U.S.C.644). ������������������� ___ (ii)�Alternate I (Mar 2020) ����������___ (15)�(i)�52.219-7, Notice of Partial Small Business Set-Aside (Mar 2020) (15�U.S.C.�644). ������������������� ___ (ii)�Alternate I (Mar 2020) of�52.219-7. ___ (16)�52.219-8, Utilization of Small Business Concerns (Oct�2018) (15�U.S.C.�637(d)(2)�and (3)). ����������___ (17) (i)�52.219-9, Small Business Subcontracting Plan (JUN 2020) (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 (JUN 2020) of�52.219-9. ������������������� ___ (v)�Alternate IV (JUN 2020) of�52.219-9 ����������___ (18)�52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15�U.S.C.�644(r)). ����������___ (19)�52.219-14, Limitations on Subcontracting (Mar 2020) (15�U.S.C.637(a)(14)). ___ (20)�52.219-16, Liquidated Damages-Subcontracting 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 (Mar 2020) (15�U.S.C.�657f). ___ (22)(i)�52.219-28, Post Award Small Business Program Representation (Mar 2020) (15�U.S.C.�632(a)(2)). ������������������� ___ (ii)�Alternate I (MAR 2020) of�52.219-28. ___ (23)�52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Mar 2020) (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 (Mar�2020) (15�U.S.C.�637(m)). ___ (25)�52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)). ����������___�(26)�52.219-33, Nonmanufacturer Rule (Mar 2020) (15 U.S.C. 637(a)(17)). ����������_X__ (27)�52.222-3, Convict Labor (JUN 2003) (E.O.11755). �___ (28)�52.222-19, Child Labor-Cooperation with Authorities and Remedies�(Jan�2020)�(E.O.13126). ����������_X__ (29)�52.222-21, Prohibition of Segregated Facilities (Apr�2015). ����������_X__ (30) (i)�52.222-26, Equal Opportunity (SEP�2016) (E.O.11246). ������������������� ___ (ii)�Alternate I (Feb�1999) of�52.222-26. ����������_X__ (31)(i)�52.222-35, Equal Opportunity for Veterans (JUN 2020) (38�U.S.C.�4212). ������������������� ___ (ii)�Alternate I (JUL�2014) of�52.222-35. ___ (32)�(i)�52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29�U.S.C.793). ������������������� ___ (ii)�Alternate I (JUL 2014) of�52.222-36. ��������_X__ (33)�52.222-37, Employment Reports on Veterans (JUN 2020) (38�U.S.C.�4212). _X__ (34)�52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec�2010) (E.O. 13496). _X__ (35)(i)�52.222-50, Combating Trafficking in Persons (Jan�2019) (22�U.S.C.�chapter�78�and E.O. 13627). ������������������� ___ (ii)�Alternate I (Mar�2015) of�52.222-50�(22�U.S.C.�chapter78�and E.O. ����������������� ������������������ 13627). ___ (36)�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.) ___ (37) (i)�52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items (May�2008) (42�U.S.C.�6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii)�Alternate I (May�2008) of�52.223-9�(42�U.S.C.�6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (38)�52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun�2016) (E.O. 13693). ___ (39)�52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun�2016) (E.O. 13693). ___ (40) (i)�52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ������������������� ___ (ii)�Alternate I (Oct�2015) of�52.223-13. ___ (41) (i)�52.223-14, Acquisition of EPEAT�-Registered Televisions (Jun�2014) (E.O.s 13423 and 13514). ������������������� ___ (ii)�Alternate I (Jun�2014) of�52.223-14. ___ (42)�52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42�U.S.C.�8259b). ___ (43) (i)�52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ������������������� ___ (ii)�Alternate I (Jun�2014) of�52.223-16. _X__ (44)�52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). ����������___ (45)�52.223-20, Aerosols (Jun�2016) (E.O. 13693). ����������___ (46)�52.223-21, Foams (Jun�2016) (E.O. 13693). ����������___ (47)�(i)�52.224-3�Privacy Training (Jan�2017) (5 U.S.C. 552 a). ������������������� ___ (ii)�Alternate I (Jan�2017) of�52.224-3. ����������___ (48)�52.225-1, Buy American-Supplies (May�2014) (41�U.S.C.�chapter�83). ___ (49) (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. ����������___ (50)�52.225-5, Trade Agreements�(Oct 2019) (19�U.S.C.�2501,�et seq.,�19�U.S.C.�3301�note). _X__ (51)�52.225-13, Restrictions on Certain Foreign Purchases (JUN�2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (52)�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). ����������___ (53)�52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov�2007) (42�U.S.C.�5150). ___ (54)�52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov�2007) (42�U.S.C.�5150). ___ (55)�52.229-12, Tax on Certain Foreign Procurements�(Jun 2020). ___ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb�2002) (41�U.S.C.4505,�10�U.S.C.2307(f)). ___ (57)�52.232-30, Installment Payments for Commercial Items (Jan�2017) (41�U.S.C.4505,�10�U.S.C.2307(f)). _X__ (58)�52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct�2018) (31�U.S.C.�3332). ___ (59)�52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul�2013) (31 U.S.C.3332). ����������___ (60)�52.232-36, Payment by Third Party (May�2014) (31�U.S.C.3332). ����������___ (61)�52.239-1, Privacy or Security Safeguards (Aug�1996) (5�U.S.C.�552a). ����������___ (62)�52.242-5, Payments to Small Business Subcontractors (Jan�2017)�(15�U.S.C.�637(d)(13)). ___ (63) (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: ����������___ (1)�52.222-41, Service Contract Labor Standards (Aug�2018) (41�U.S.C.�chapter�67). ___ (2)�52.222-42, Statement of Equivalent Rates for Federal Hires (May�2014) (29�U.S.C.�206�and�41�U.S.C.�chapter 67). ___ (3)�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). ___ (4)�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). ___ (5)�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). __X_ (6)�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). ����������___ (7)�52.222-55, Minimum Wages Under Executive Order 13658 (Dec�2015). ����������___ (8)�52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan�2017) (E.O. 13706). ___ (9)�52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May�2014) (42�U.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, as defined in FAR�2.101, on the date of award of this contract,�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- 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41�U.S.C.�3509). � 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) � 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). � 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). � �52.219-8,�Utilization�of Small Business Concerns (Oct�2018) (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 �the applicable threshold specified in FAR�19.702(a) on the date of subcontract award, the subcontractor must include�52.219-8�in lower tier subcontracts that offer subcontracting opportunities. � 52.222-21,�Prohibition�of Segregated Facilities (Apr�2015). � 52.2...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4027b3e0258c483184f79c627495842c/view)
 
Place of Performance
Address: Rockville, MD, USA
Country: USA
 
Record
SN05696963-F 20200621/200622142804 (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.