Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

S -- Medical Waste Disposal for the 45th Space Wing

Notice Date
7/31/2020 6:53:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252120QB010
 
Response Due
8/7/2020 1:00:00 PM
 
Archive Date
08/22/2020
 
Point of Contact
Natalie Erdley, Phone: 3214940039, Annette M. Paglia, Phone: 3214945136
 
E-Mail Address
Natalie.Erdley@us.af.mil, annette.paglia.1@us.af.mil
(Natalie.Erdley@us.af.mil, annette.paglia.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07; Effective 07-02-2020. The Request for Quote (RFQ) number is FA2521-20-Q-B010 shall be used to reference any written responses to this solicitation. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed 562211. The size standard for NAICS is $41.5 M. Brief Description:� Services/Non-personal. The requirement is to provide Medical Waste Removal and Disposal for all medical waste generate from the 45th Medical Group IAW Performance Work Statement (PWS). PWS is attached. Salient Characteristics:� Contractor shall provide all management, tools, supplies, equipment, and labor necessary to operate and maintain the storage, pickup, transportation, and disposal of packaged medical waste generated from Patrick Air Force Base Medical Clinic and the associated 45th Medical Group activities, Patrick AFB, Florida. The contractor shall perform these services in accordance with applicable federal, state, and local laws and regulations.� The contractor shall be a state registered/permitted medical waste transporter.� The method of disposal shall be any approved method (i.e., incineration, autoclave/pulverize, hyper chlorate/pulverize, etc.) recognized by the state, in which the medical waste is treated and disposed.� The contractor shall provide a sufficient quantity (approximately 7-10 per pickup) of clean (and disinfected- if reusable) 30 gallon corrugated or plastic containers for the packaging of generated medical waste.� The containers shall be rigid, leak-resistant, puncture-resistant, and impervious to moisture, strong enough to prevent tearing or bursting under normal conditions of use and handling, sealed to prevent leakage during transport. Place of Performance: Patrick Air Force Base, Florida 32925 Item: 0001 Description: BASE YEAR. Provide regulated medical waste transportation, sterilization, and disposal IAW current PWS.� Approximately 550 boxes/year. Contractor shall invoice monthly for partial quantities; not to exceed 550 boxes/year POP:01 OCT 2020 � 30 SEPT 2021 Qty: 550 Unit: Each Unit Price: $_____ Total Amount: $_____ Item: 1001 Description: OPTION YEAR 1. Provide regulated medical waste transportation, sterilization, and disposal IAW current PWS.� Approximately 550 boxes/ year. Contractor shall invoice monthly for partial quantities; not to exceed 550 boxes/year POP:� POP:01 OCT 2021 � 30 SEPT 2022 Qty: 550 Unit: Each Unit Price: $_____ Total Amount: $_____ Item: 2001 Description: OPTION YEAR 2. Provide regulated medical waste transportation, sterilization, and disposal IAW current PWS.� Approximately 550 boxes/ year. Contractor shall invoice monthly for partial quantities; not to exceed 550 boxes/year. POP:01 OCT 2021 � 30 SEPT 2022 Qty: 550 Unit: Each Unit Price: $_____ Total Amount: $_____ Item: 3001 Description: OPTION YEAR 3. Provide regulated medical waste transportation, sterilization, and disposal IAW current PWS.� Approximately 550 boxes/ year. Contractor shall invoice monthly for partial quantities; not to exceed 550 boxes/year. POP: 01 OCT 2022 � 30 SEPT 2023 Qty: 550 Unit: Each Unit Price: $_____ Total Amount: $_____ Item: 4001 Description: OPTION YEAR 4. Provide regulated medical waste transportation, sterilization, and disposal IAW current PWS.� Approximately 550 boxes/ year. Contractor shall invoice monthly for partial quantities; not to exceed 550 boxes/year. POP: 01 OCT 2023 � 30 SEPT 2024 Qty: 550 Unit: Each Unit Price: $_____ Total Amount: $_____ Instructions to Offerors/Vendors: FAR Provision 52.212-1 Instructions to Offerors-Commercial Items. 2020-03 applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows: �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows: �The offeror agrees to hold the prices in its offer firm until 30 Aug 20� RFQ due date: 1 August 2020 RFQ due time: 4:00 P.M. EST���� Responses may be submitted electronically to the following e-mail addresses: Natalie.Erdley@us.af.mil and Annette.Paglia.1@us.af.mil All quotes must be sent to the email address as stated above. Strict adherence to the instructions in this notice are required otherwise your submission can and will be considered nonresponsive. Quotes will be broken down into two separate volumes: Technical � Not to exceed 5 pages. Submit a plan or approach to meet the Government�s stated requirement. This shell address all requirements identified in the SOW: provide a list or description of the hardware, systems and/or services proposed to meet the requirements; and demonstrate a thorough understanding of the work to be performed. Price � Not to exceed 1 page. Pricing should be broken down as indicated above. Questions: Any and all questions regarding this solicitations shall be emailed to the POC identified above by 1:00 PM EST on 29 July 2020. FAR Provision 52.204-7 System for Award Management. 2018-10 applies to this acquisition: All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. Please provide the following information with your quote: �Company Name:_____________________ DUNS Number:_____________________ Cage Code: _______________ System for Award Management expiration date: ________________ Tax ID Number: ___________________ *Number of Employees:_______________ *Total Yearly Revenue: _______________ *Information required determining size of business for the NAICS referenced above Payment Terms: _________________________ All companies must be registered in the System for Award Management at https://www.sam.gov/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at time of award. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement.�� The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining its small business set-aside decision.� Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note: The vendor acknowledges that should the quote or proposal�s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), Additionally, the following FAR clauses cited in 52.212-5 are applicable: Provisions and Clauses FAR Clauses and Provisions Incorporated by Reference: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements- Representation. 2017-01 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 52.204-7 System for Award Management. 2018-10 52.212-4 Contract Terms and Conditions-Commercial Items. 2018-10 52.212-1 Instructions to Offerors-Commercial Items. 2020-03 52.219-33 Nonmanufacturer Rule. 2020-03 52.232-33 Payment by Electronic Funds Transfer� System for Award Management (Jul 13) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 1984-04 DFARS Clauses and Provisions Incorporated by Reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 *252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 252.204-7004 Antiterrorism Awareness Training for Contractors. 2019-02 *252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 2016-10 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.2019-12 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01� 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.2014-09 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) *252.225-7000 Buy American Statute�Balance of Payments Program Certificate (Nov 14) 252.225-7001 Buy American and Balance of Payments Program. 2017-12 *252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.225-7002 Qualifying Country Sources as Subcontractors. 2017-12 252.225-7048 Export-Controlled Items. 2013-06 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments. 2006-12 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 2013-06 252.243-7001 Pricing of Contract Modifications. 1991-12 252.244-7000 Subcontracts for Commercial Items 2013-06 252.246-7004 Safety of Facilities, Infrastructure, & Equipment for Military Operations (Oct 10) 252.247-7022 Representation of Extent of Transportation by Sea (Aug 92) 252.247-7023 Transportation of Supplies by Sea (Apr 14) FAR Clauses and Provisions Incorporated by Full Text: 52.204-1 Approval of Contract. 1989-12 This contract is subject to the written approval of the Contracting Officer and shall not be binding until so approved. (End of clause) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 As prescribed in 9.104-7 (d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- It is[_____] is not[_____] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and �It is[_____] is not[_____] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items. - (Alternate I) 2014-10, applies to this acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. 2020-03 As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Mar 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: [Contracting Officer check as appropriate.] �������� (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), 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 (Oct 2015) (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 (Oct 2018) (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). �������� (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 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. �� X�� (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). �������� (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 (Mar 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 (Mar 2020) of 52.219-9. �������� (v) Alternate IV (Aug 2018) of 52.219-9 �� X��� (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). �� X� �(22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (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)). � ��X��� (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)). �� X���� (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), 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. ������� (31) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (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 (Jul 2014) (29 U.S.C.793). �������� (ii) Alternate I (Jul 2014) of 52.222-36. �������� (33) 52.222-37, Employment Reports on Veterans (Feb 2016) (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. 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 (Aug 2011) (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. 4001note, 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) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)). �������� (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C.2307(f)). �� X�� (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). �������� (58) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332). �������� (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332). �������� (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)). �������� (62)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U. S.C. Appx. 1241(b) and 10 U.S.C. 2631). �������� (ii) Alternate I (Apr 2003) of 52.247-64. �������� (iii) Alternate II (Feb 2006) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] �� X�� (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). �������� (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). � X�� (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). �� X�� (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S. C. chapter 67). �������� (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). �������� (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Requirements (May 2014) (41 U.S.C. chapter 67). �������� (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). � X�� (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). � X�� (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O.13706). �������� (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). (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) (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 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) (15 U.S.C.637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-17, Nondisplacement of Qualified Workers(May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (viii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). (ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.4212). (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793). (xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.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 (Aug 2018) (41 U.S.C. chapter 67). (xiv) (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 (Jan 2017) (E.O.13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.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; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a1146d7894a14a9da4d6c1b8b6ce414e/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05741584-F 20200802/200731230145 (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  © 1994-2020, Loren Data Corp.