Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

J -- Preventive and emergency maintenance of Government-owned Perkin Elmer Janus Automated Liquid Handler Workstation System Solicitation

Notice Date
7/16/2020 2:22:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00136
 
Response Due
7/29/2020 12:00:00 PM
 
Archive Date
08/13/2020
 
Point of Contact
Megan Kisamore, Phone: 2402765261
 
E-Mail Address
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.0�� �DESCRIPTION� The Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Receptor Biology and Gene Expression (LBGRE), High-Throughput Imaging Facility (HiTIF) requires regular preventive maintenance and emergency repairs for the existing, Government-owned Perkin Elmer (PE) Janus Automated Liquid Handler Workstation System in order to minimize operational delays in High throughput Imaging Facility. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13 � Simplified Acquisition Procedures. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, 75N91020Q00136, is issued as a request for quote (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-07 (07-02-2020), simplified acquisition procedures for commercial items. � The North American Industry Classification System (NAICS) code is 811219 and the business size standard is $22 million. � Only one award will be made as a result of this solicitation. �This will be awarded as a firm fixed price type purchase order. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. 2.0�� �BACKGROUND The Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Receptor Biology and Gene Expression (LBGRE), High-Throughput Imaging Facility (HiTIF) requires regular preventive maintenance and emergency repairs for the existing, Government-owned Perkin Elmer (PE) Janus Automated Liquid Handler Workstation System in order to minimize operational delays in High throughput Imaging Facility. �HiTIF provides CCR investigators with the expertise and the technology needed to set-up, optimize and implement high-content imaging (HCI) assays. HCI assays are used to analyze large numbers of experimental conditions, such as in high-throughput siRNA or chemical compounds screens. �The HiTIF also applies HCI in combination with single-cell image and data analysis to quantify exceedingly rare but biologically important events in heterogeneous populations of cells. �The services provided under this purchase order will support the continuous operation and mission of the CCR HiTIF to enable CCR investigators to conduct HCI assays relevant to their studies. The equipment described is essential to the uninterrupted operation of the HiTIF. 3.0�� �SCOPE� The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive and emergency maintenance for the following five (5) listed Government-owned components of scientific equipment, which together form the Perkin Elmer Janus Automated Liquid Handler Workstation System: ��� �One (1) Perkin Elmer Janus Automated Liquid Handler Workstation (NIH property ID# 01789486; PE SN: DG03094847); ��� �One (1) Perkin Elmer MDT I30 dispense head (DG03094859);� ��� �One (1) Perkin Elmer MDT I235 dispense head (PE SN: DG04094946); and ��� �Two (2) Perkin Elmer PSS21 PlateStak units (PE SN: DS03094857 and DS03094858). All onsite services shall be performed by an authorized/certified, Original Equipment Manufacturer (OEM) trained service representative with access to OEM parts, in accordance with the OEM�s most current standard commercial maintenance procedures. All travel, labor and related charges shall be included at no additional cost to the government.� All onsite services shall be provided during normal business hours, defined as 8:00 am � 5:00 pm EST, Monday through Friday, excluding Federal Holidays found at: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/.� The Contractor shall provide direct, unlimited, OEM-authorized and trained technical support during normal business hours, via email and phone (toll-free), as described in section 5.4 below. 4.0�� �TYPE OF ORDER This is a firm fixed price purchase order. 4.1�� �SEVERABLE SERVICES The services acquired under this purchase order are severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not rollover for use in other periods. 5.0�� �SPECIAL ORDER REQUIREMENTS 5.1�� �PREVENTIVE MAINTENANCE � The Contractor shall perform one (1) preventive maintenance inspection (PMI) during each 12- month performance period on each piece of equipment (5 total PMIs per 12-month performance period). �Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer�s latest established service procedures. �All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of each preventive maintenance inspection to assure optimum and efficient performance. 5.2�� �EMERGENCY SERVICE Priority emergency repair services shall be provided on an unlimited basis during each 12-month performance period at no additional cost to the Government. �Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall, within seventy-two (72) hours of the Government reporting the issue, furnish an authorized, OEM-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. �Emergency service calls shall not replace the necessity for scheduled PMIs. � 5.3�� �REPLACEMENT PARTS � The Contractor shall furnish all required non-consumables and supplies replacement parts at no additional cost to the Government. Parts shall be genuine OEM parts, new or re-manufactured to original equipment specifications. 5.4�� �TECHNICAL SERVICE � The Contractor shall provide direct, unlimited, OEM-authorized and trained technical support via email and phone (toll-free) during normal business hours. Technical support shall be familiar with the PE equipment described in section 3.0 of this statement of work. Technical support shall be capable of troubleshooting and diagnosing the instrument operation in real time and providing troubleshooting assistance related to user defined Graphical User Interface protocols.� 5.5�� �SERVICE EXCLUSIONS The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. �These repairs shall be the subject of a separate purchase order and shall not be performed under this purchase order. 5.6�� �PERSONNEL QUALIFICATIONS� All Contractor personnel servicing or providing technical support for the aforementioned equipment shall be OEM-authorized and trained. Service Representatives shall have a minimum of one (1) year OEM experience in servicing the PE equipment described in this Statement of Work. �All primary service personnel shall have at least one backup support person with at least the same level of expertise. The Contractor shall have certification of personnel on file and available upon request. �� ��� ��� ��� ��� ��� ��� � 6.0�� �PERIOD OF PERFORMANCE The period of performance shall consist of one (1) 12-month base period, plus four (4), 12-month option periods as follows: Base Period: �� ��� �September 1, 2020 to August 31, 2021 Option Period 1: �� �September 1, 2021 to August 31, 2022 Option Period 2: �� �September 1, 2022 to August 31, 2023 Option Period 3: �� �September 1, 2023 to August 31, 2024 Option Period 4: �� �September 1, 2024 to August 31, 2025 7.0�� �PLACE OF PERFORMANCE Service shall be performed remotely from the Contractor�s facility, with the exception of the required onsite services discussed in section 5 above. Onsite services shall be performed at the following location: High-Throughput Imaging Facility (HiTIF) Center for Cancer Research National Cancer Institute/NIH 41 Medlars Dr. Bldg 41, Rm C508 Bethesda, MD 20892 8.0�� �INVOICE SUBMISSION / PAYMENT Payment shall be made monthly in arrears. Payment authorization requires submission and approval of invoices to the NCI Technical Point of Contact (TPOC) and NIH OFM, in accordance with the attached 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: I�� �INVOICE REQUIREMENTS A.�� �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. 1.�� �Vendor/Contractor: �Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 2.�� �Remit-to address (Name and complete mailing address to send payment). 3.�� �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. 4.�� �Invoice date. 5.�� �Unique invoice #s for all invoices per vendor regardless of site.� 6.�� �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. 7.�� �Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8.�� �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. 9.�� �Identify that payment is to be made using a three-way match. 10.�� �Description of supplies/services that match the description on the award, by line billed.* 11.�� �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. 12.�� �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.� B.�� �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 INVOICE SUBMISSION 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 electronic submission instructions contained in Attachment #1. Electronic invoice submission shall remain in effect until the Government formally notifies the Contractor of a return to mail-in invoice procedures detailed in this purchase order. III�� ��� �INVOICE PAYMENT A.�� �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. B.�� �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. C.�� �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. IV. �� �PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS � � ��� �SUBCONTRACTORS, FAR 52.232-40 (DEC 2013) a)�� �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.� b)�� �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. 9.0 �� �PURCHASE ORDER CLAUSES FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (JUL 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). ___ (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] � � � � � _X__ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) (15 U.S.C.644). � � � � � � � � ��� �___ (ii) Alternate I (MAR 2020) of 52.219-6 � � � � � ___ (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 � � � � � _X__ (18) (i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). �� ��� �___ (ii) Alternate I (MAR 2020) of 52.219-13 � � � � � ___ (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). _X__ (22)(i) 52.219-28, Post Award Small Business Program Representation (MAY 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. _X__ (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). ___ (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. chapter 78 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). _X__ (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). ___ (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 (JUN 2020) (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- (i)�� �52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (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)�� �52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Servicesor Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (v)�� � 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. (vi)�� �52.222-21, Prohibition of Segregated Facilities (APR 2015). (vii)�� �52.222-26, Equal Opportunity (SEP 2015) (E.O.11246). (viii)�� �52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C.4212). (ix)�� �52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C.793). (x)�� �52.222-37, Employment Reports on Veterans (JUN 2020) (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)�� �(A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 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 (MAY 2014) (41 U.S.C. chapter 67). (xvi)�� �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). � � � � � � � �(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 ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9c76026556bd41d4af3538359cee4017/view)
 
Record
SN05723275-F 20200718/200716230157 (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.