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

V -- District of Columbia National Guard Lodging BPA

Notice Date
7/31/2020 5:37:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7M1 USPFO ACTIVITY DCANG 113 JB ANDREWS MD 20762-5011 USA
 
ZIP Code
20762-5011
 
Solicitation Number
W50S6W20Q6004
 
Response Due
8/24/2020 8:59:00 PM
 
Archive Date
09/08/2020
 
Point of Contact
Stacey Little, Phone: 2408570076
 
E-Mail Address
stacey.m.little3.mil@mail.mil
(stacey.m.little3.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
���������� Combined Synopsis/Solicitation (IAW FAR 12.603) This is a combined COMBINED SYNOPSIS/SOLICITATION for LODGING for the District of Columbia (DC) Air National Guard. This announcement is prepared in accordance with the format in FAR Subpart 12.6, and Part 13 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) W50S6W-20-Q-6004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. It is the responsibility of the offeror to review the website for notice of amendments, updates, or changes to the solicitation. The Government intends to award multiple firm-fixed price Blanket Purchase Agreements for short-term and long-term lodging of personnel as defined within the Statement of Work as a result of this solicitation. The associated North American Industrial Classification Systems (NAICS) code for this requirement is 721110, �Hotels (Except Casino Hotels),� with a size standard of $35M. This is a 100% small business set-aside with a geographical restriction. The geographical restriction for this requirement is within a 15-mile radius of Joint Base Andrews, MD; 8-mile radius of Ft. Belvoir, VA; and 10-miles of DC Armory in Washington, DC. This requirement shall require offerors to furnish rooms and related services for the DC Air National Guard, Army National Guard, and others as designated, participating in Unit Training Assemblies (UTAs), Secondary Unit Training Assemblies (SUTAs), other Inactive Duty Training (IDT), and Active Duty for Training Statuses (AT). The period of performance for this requirement is 5 years from award � approximately 1 September 2020 to 31 August 2025. All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management (SAM), is mandatory. Lack of registration in SAM will make an offeror ineligible for award. Registration for SAM can be completed at https://www.sam.gov. The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification if the original quote is unclear. All quotes submitted shall be the Contractor�s Best Quote as it is in the Government�s intent to entertain one (1) final quote only. ADDITIONAL PROVISIONS IN FULL TEXT *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Jan 2017) applies to this acquisition Quotes must be received no later than 4:00pm Eastern Standard Time (EST) on 21 August 2020. Quotes received after this timeframe shall not be considered for award. The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote Quotes shall be emailed to: MSgt Stacey M. Little Contract Officer 240-857-0076 Email: stacey.little.1@us.af.mil All questions concerning this procurement, either technical or contractual must be submitted electronically to the Contracting office.� Questions and answers discussed during the site visit will be posted on beta.SAM. Telephone and other means of oral communication will not be permitted. The deadline for submittal of questions regarding this solicitation is 12:00pm Eastern Standard Time (EST) on 10 August 2020. Answers will be provided no later than (NTL) 4:00pm Eastern Standard Time (EST) on 14 August 2020. Questions shall be sent by email to the following point of contact: MSgt Stacey Little Contract Officer 240-857-0076 Email: stacey.little.1@us.af.mil All price quotations must be submitted on Attachment 2 � Price List.� This is a Firm Fixed Price (FFP) requirement. Failure to provide pricing on any line item may result in the vendor being deemed non- responsive, and subsequently being removed from consideration for award. Technical documentation submitted by the vendor shall be provided via email in a separate document and shall not exceed 10 pages.� This page limit encompasses cover page, contents, mission statements, and all other data not specifically requested by the Government.� Failure to adhere to these standards may result in the vendor being deemed non-responsive and subsequently being removed from consideration for award. Late quotes shall be processes in accordance with FAR 52.212-1(f) - late submissions, modifications, revisions, and withdraws of offers. Price Schedule-which asserts the company, will provide the supplies and services to the minimum standards indicated in this solicitation and associated Statement of Work (SOW). Completing the attached Price List (Attachment 2) of this document and submitting a completed copy qualifies as a price schedule. Sleeping Room Literature/Depiction and Geographic Restrictions-which provides a brief description of the sleeping rooms to include, square footage, in-room conveniences, and picture(s) and/or illustrations of the space, the anticipated number of single and double rooms offered, and proof location is within geographic restriction. OFFERS MUST BE SENT TO stacey.little.1@us.af.mil AS STATED ABOVE. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE.� YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: A. Basis for Contract Award: The Government intends to award multiple blanket purchase agreements resulting from this solicitation to responsible vendors whose offer conforming to the solicitation will be most advantageous to the Government, considering the factors listed in this provision. �1. In accordance with FAR 13.106-2, the Government will utilize comparative evaluations, and give preliminary considerations to all offers received in response to the solicitation. The Government may identify from all evaluated quotes readily discernible value indicators that fall within the parameters of the evaluation factors outlined in this provision. Therefore, the Government reserves the right to select an awardee that provides benefit to the Government that exceeds the minimum outlined standards, but is not obligated to do so. Additionally, the Government is not bound to select an awardee whose quote may exceed the minimum requirement, but whose additional value or benefit is not deemed substantial enough by the Government. 2. The Government is not limited to the quote that only meets the minimum described in the below factor(s) and provides the lowest price. However, if no quotes received in response to the solicitation exceed the minimum criteria outlined in this provision, as determined by the Government; then the Government intends to award a contract to the lowest priced offer that meets the instructions outlined in 52.212-1, and the minimum requirements outlined in this provision whose price can be determined both fair & reasonable by the Contracting Officer. 3. The Government intends to make an agreement without conducting discussion with vendors after the close of the solicitation. Therefore, vendors should provide their best available pricing and technical quotes to the Government in their initial quote. However, the Government reserves the right to enter into discussions with all, some, or none of the offers at any time during the evaluation period if deemed in the best interest of the Government. B. Evaluation Factors: The following shall be used by the Government to evaluate quotes: Price: The prices will be evaluated by averaging the monthly rates for single and double occupancy.��� ���� Then the average single and double occupancy rates will be averaged for evaluation purposes to���� ���� determine an average total price. The rates shall not exceed the maximum allowable lodging rates ���� provided on Attachment 3. Technical Acceptability- determination will be made based on the contractor�s ability to meet the requirements listed in the attached Statement of Work and the geographic restrictions. ATTACHMENTS Attachment 1- Statement of Work Attachment 2 � Price List Attachment 3 � Maximum Allowable Lodging TERMS AND CONDITIONS PREPRICED BLANKET PURCHASE AGREEMENT 1. NEGOTIATION AUTHORITY: The issuance of individual calls under this blanket purchase agreement will be made under the authority of 10 USC 2304 (g). 2. DESCRIPTION OF AGREEMENT: The Agreementor shall provide double or single occupancy hotel rooms, subject to availability, if and when called for by the Contracting Officer or Government Designated Representative during the period specified. (a) This Agreement, including Paragraphs a and b hereof, may be modified or may be canceled in its entirety by either party upon thirty (30) days written notice to the other party, except that this Agreement may be canceled by the Government at any time if the parties fail to agree upon any deletion, amendment or addition to this Agreement which is required by statute, Executive order, the FAR and/or this Supplement. No deletion, modification, addition to, or cancellation of, this Agreement shall affect any contracts therefore entered into between the parties in which this Agreement or portion thereof has been incorporated by reference. (b) This Agreement shall be reviewed, as a minimum, annually before the anniversary of its effective date, and revised to conform to all requirements of statues, Executive orders, or the FAR and this Supplement. This revision shall be evidenced by an agreement modifying this BPA or by the issuance of a superseding BPA. 2. EXTENT OF OBLIGATION: The Government is obligated only to the extent of authorized calls actually placed against this blanket purchase agreement and shall not be liable in any manner in the event no calls are made. 3. PRICING: The Agreementor hereby warrants that the prices to the Government shall be as low as or lower than those charged to the Contractor's most favored customer, in addition to any discounts for prompt payment. The Agreementor will furnish the Contracting Officer (see BPA Price Listing) a price list in 1 copy for lodging services proposed to be furnished under this Agreement. The listing must be identified with the BPA number, and must be for a specific period, i.e. 1 September 2020 through 31 August 2021. No price changes may be made unless approved by the Contracting Officer. If prices are expected to change frequently, the Contractor must provide monthly price lists to arrive in the Contracting office prior to the effective date of the change. Call will be made for only the items that appear on the APPROVED PRICE LIST. Negotiation or solicitation for prices and additional requirements will be conducted by the Contracting Officer only. 4. PURCHASE (CALL) LIMITATION: No individual purchase (call) placed against this agreement shall exceed $50,000.00. Total Calls placed against this agreement shall not exceed $975,000.00. For the purposes of this BPA, a call order is defined as the aggregate total of room nights in a billing period. The billing period is the first day through the last day of each month. If a room reservation crosses from one month into another, the appropriate billing period shall be based on the check-out date. 5. NOTICE OF INDIVIDUALS AUTHORIZED TO PLACE CALLS: A list of individuals authorized to place calls under this agreement, identified by office, phone number and email, will be furnished to the Agreementor by the Contracting Officer by separate letter. Calls received by the Agreementor from personnel not so listed will not be honored. 6. INVOICES: All shipments or deliveries under this agreement will be accompanied by an Invoice which shall contain the following minimum information: (1) Name of Hotel (2) Blanket Purchase Agreement Number and Call Number (such as W50S70- 20-A-0001, W50S70-20-A-0001-0001, etc.). The last four digits represent the call number. (3) Date of Purchase (Call) (4) Itemized list of Services Furnished; i.e. Number of hotel rooms charged for occupancy with respective guest names per each room (5) Price/per night-less applicable discounts (6) Dates of Lodging (7) Name of Authorized Individual Whom Placed Call Submit invoices via email to: All individuals authorized to place calls under this agreement as indicated in the letter furnished by the Contracting Officer. A summary invoice shall be submitted within 5 days of completion of each call or upon expiration of this Blanket Purchase Agreement, whichever occurs first, for all deliveries made during a billing period. 7. METHOD OF PAYMENT: The primary method of payment for the D.C. Air National Guard will be made via the Government Purchase Card. Only one credit card payment will be authorized per week and will be charged in bulk after services have been rendered. Under no circumstances can the credit card invoices exceed the amount of the Call (order). If the contractor invoices exceeds the amount of the Call (order), the Government is not responsible for those expenses, those expenses shall be covered by the contractor. The secondary method of payment for the D.C. Air National Guard will be made via Electronic Funds Transfer (EFT), invoices must be submitted via Wide Area Work Flow. Orders for the Air Guard that utilize WAWF, will include the contract clause DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions. The invoice can be submitted only after services have been rendered. Under no circumstances can the invoices exceed the amount of the call (order). If the contractor invoices exceeds the amount of the Call (order), the Government is not responsible for those expenses, those expenses shall be covered by the contractor. PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference and by full text. FAR and DFARS clauses and provisions can be read in their full text at: https://www.acquisition.gov/. The clauses are to remain in full force in any resultant contract or agreement. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. PROVISIONS/CLAUSES INCORPORATED BY REFERENCE 52.203-18������������ Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � ���������������������������� or Statements-Representation.�������� 52.204-16������������ Commercial and Government Entity Code Reporting. 52.204-18������������ Commercial and Government Entity Code Maintenance. 52.204-22������������ Alternative Line Item Proposal.������� 52.204-24������������ Representation Regarding Certain Telecommunications and Video Surveillance Services or ���������������������������� Equipment.���������� 52.204-7 System for Award Management 52.204-26������������ Covered Telecommunications Equipment or Services-Representation 52.209-7 Information Regarding Responsibility Matters 52.209-11������������ Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under ��������������������������� any Federal Law�� 52.232-40������������ Providing Accelerated Payments to Small Business Subcontractors 52.212-3 Offeror Representations and Certifications-Commercial Items. Alternate I 52.212-4 Contract Terms and Conditions-Commercial Items���� 52.223-22������������ Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. 52.232-39����� ������Unenforceability of Unauthorized Obligations 52.237-3�������� �����Continuity of Services 252.203-7000����� Requirements Relating to Compensation of Former DoD Officials��������� 252.203-7002����� Requirement to Inform Employees of Whistleblower Rights.������������������� 252.203-7005����� Representation Relating to Compensation of Former DoD Officials 252.204-7003����� Control of Government Personnel Work Product.������� 252.204-7015����� Notice of Authorized Disclosure of Information for Litigation Support. 252.204-7016������ Covered Defense Telecommunications Equipment or Services 252.204-7017������ Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-���� ���������������������������� Representation 252.204-7018����� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.215-7007����� Notice of Intent to Resolicit.������������� 252.215-7013����� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7006����� Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.������������ 252.223-7008����� Prohibition of Hexavalent Chromium.���������� 252.225-7001����� Buy American and Balance of Payments Program.����� 252.225-7002����� Qualifying Country Sources as Subcontractors.����������� 252.225-7016����� Restriction on Acquisition of Ball and Roller Bearings.������������� 252.225-7048����� Export-Controlled Items.�� 252.232-7003����� Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010����� Levies on Contract Payments 252.243-7001����� Pricing of Contract Modifications.� 252.244-7000����� Subcontracts for Commercial Items ADDITIONAL PROVISIONS/CLAUSES IN FULL TEXT 252.232-7006����� Wide Area WorkFlow Payment Instructions. (DEC 2018)������������������������� ��������������������������������������������������������������� As prescribed in 232.7004(b), use the following clause: �WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) �(a) Definitions. As used in this clause- �Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. �Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request and receiving report are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. �(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. �(c) WAWF access. To access WAWF, the Contractor shall- �(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and �(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. �(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ �(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. �(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: �(1) Document type. The Contractor shall submit payment requests using the following document type(s): �(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. �(ii) For fixed price line items �(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. �____ �(Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) �(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. Combo �(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. �Routing Data Table* | Field Name in WAWF || Data to be entered in WAWF | | Pay Official DoDAAC || __FA8770__ | | Issue By DoDAAC || __W50S6W__ | | Admin DoDAAC || __W50S6W__ | | Inspect By DoDAAC || ____ | | Ship To Code || ____ | | Ship From Code || ____ | | Mark For Code || ____ | | Service Approver (DoDAAC) || __W50S6W__ | | Service Acceptor (DoDAAC) || __W50S6W__ | | Accept at Other DoDAAC || ____ | | LPO DoDAAC || ____ | | DCAA Auditor DoDAAC || ____ | | Other DoDAAC(s) || ____ | (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. �(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. �(g) WAWF point of contact. �(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. �____ (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. �(End of clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.���� (OCT 2019)������������������������������� ��������������������������������������������������������������� As prescribed in 12.301(b)(4), insert the following clause: �Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct2019) �(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: �(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). �(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). �(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). �(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). �(5) 52.233-3, Protest After Award (Aug 1996) (31U.S.C.3553). �(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19U.S.C.3805 note)). �(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: �[Contracting Officer check as appropriate.] �__X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41U.S.C.4704 and 10U.S.C.2402). �____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41U.S.C.3509)). �____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) �____ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31U.S.C.6101note). �____ (5) [Reserved]. �__X__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). �____ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). �__X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31U.S.C.6101 note). �____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41U.S.C. 2313). �____ (10) [Reserved]. �____ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15U.S.C.657a). �____ (ii) Alternate I (Nov 2011) of 52.219-3. �____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15U.S.C.657a). �____ (ii) Alternate I (Jan 2011) of 52.219-4. �____ (13) [Reserved] �__X__ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15U.S.C.644). �____ (ii) Alternate I (Nov 2011). �____ (iii) Alternate II (Nov 2011). �____ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15U.S.C.644). �____ (ii) Alternate I (Oct 1995) of 52.219-7. �____ (iii) Alternate II (Mar 2004) of 52.219-7. �__X__ (16) 52.219-8, Utilization of Small Business Concerns (Oct2018) (15U.S.C.637(d)(2) and (3)). �____ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug2018) (15U.S.C.637(d)(4)) �____ (ii) Alternate I (Nov 2016) of 52.219-9. �____ (iii) Alternate II (Nov 2016) of 52.219-9. �____ (iv) Alternate III (Nov 2016) of 52.219-9. �____ (v) Alternate IV (Aug 2018) of 52.219-9 �__X__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15U.S.C.644(r)). �____ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15U.S.C.637(a)(14)). �____ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15U.S.C.637(d)(4)(F)(i)). �____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2019) (15U.S.C.657f). �__X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15U.S.C.632(a)(2)). �____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15U.S.C.637(m)). �____ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec2015) (15U.S.C.637(m)). �__X__ (25) 52.222-3, Convict Labor (June 2003) (E.O.11755). �__X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2019) (E.O.13126). �__X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). �__X__ (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). �____ (ii) Alternate I (Feb 1999) of 52.222-26. �__X__ (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct2015) (38U.S.C.4212). �____ (ii) Alternate I (July 2014) of 52.222-35. �__X__ (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29U.S.C.793). �____ (ii) Alternate I (July 2014) of 52.222-36. �__X__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38U.S.C.4212). �__X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). �__X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22U.S.C.chapter78 and E.O. 13627). �____ (ii) Alternate I (Mar 2015) of 52.222-50 (22U.S.C.chapter 78 and E.O. 13627). �____ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) �____(35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) �____(ii) Alternate I (May 2008) of 52.223-9 (42U.S.C.6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) �____(36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). �____(37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun2016) (E.O. 13693). �____ (38) (i) 52.223-13, Acquisition of EPEAT?-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). �____ (ii) Alternate I (Oct 2015) of 52.223-13. �____ (39) (i) 52.223-14, Acquisition of EPEAT?-Registered Televisions (Jun2014) (E.O.s 13423 and 13514). �____ (ii) Alternate I (Jun2014) of 52.223-14. �____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42U.S.C.8259b). �____ (41) (i) 52.223-16, Acquisition of EPEAT?-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). �____ (ii) Alternate I (Jun 2014) of 52.223-16. �____ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). �____ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). �____ (44) 52.223-21, Foams (Jun2016) (E.O. 13693). �____ (45) (i) 52.224-3 Privacy Training (Jan2017) (5 U.S.C. 552 a). �____ (ii) Alternate I (Jan 2017) of 52.224-3. �____ (46) 52.225-1, Buy American-Supplies (May 2014) (41U.S.C.chapter83). �____ (47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41U.S.C.chapter83,19U.S.C.3301 note, 19U.S.C.2112 note, 19U.S.C.3805 note, 19U.S.C.4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. �____ (ii) Alternate I (May 2014) of 52.225-3. �____ (iii) Alternate II (May 2014) of 52.225-3. �____ (iv) Alternate III (May 2014) of 52.225-3. �____ (48) 52.225-5, Trade Agreements (Oct 2019) (19U.S.C.2501, et seq., 19U.S.C.3301 note). �____ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). �____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10U.S.C. 2302Note). �____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (42U.S.C.5150). �____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42U.S.C.5150). �____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41U.S.C.4505, 10U.S.C.2307(f)). �____ (54) 52.232-30, Installment Payments for Commercial Items (Jan2017) (41U.S.C.4505, 10U.S.C.2307(f)). �__X__ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31U.S.C.3332). �____ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332). �__X__ (57) 52.232-36, Payment by Third Party (May 2014) (31U.S.C.3332). �____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5U.S.C.552a). �____ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15U.S.C.637(d)(13)). �____ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46U.S.C.Appx.1241(b) and 10U.S.C.2631). �____ (ii) Alternate I (Apr 2003) of 52.247-64. �____ (iii) Alternate II (Feb 2006) of 52.247-64. �(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by refe...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24f8920397da4cb1bac704fb9129f7b8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05741611-F 20200802/200731230146 (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.