Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2021 SAM #6990
SOLICITATION NOTICE

89 -- DC ANG_Grab and Go Meals_Civil Unrest 22-31 Jan 2021

Notice Date
1/16/2021 9:24:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
72232 —
 
Contracting Office
W7M1 USPFO ACTIVITY DCANG 113 JB ANDREWS MD 20762-5011 USA
 
ZIP Code
20762-5011
 
Solicitation Number
W912R121Q0006
 
Response Due
1/18/2021 9:00:00 AM
 
Archive Date
02/02/2021
 
Point of Contact
Stacey Little, Phone: 2408570076, Hillari Hawkins, Phone: 703-604-4191
 
E-Mail Address
stacey.little.1@us.af.mil, hillari.k.hawkins.civ@mail.mil
(stacey.little.1@us.af.mil, hillari.k.hawkins.civ@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 SYNOPSIS/SOLICITATION. The District of Columbia National Guard requests the procurement of meals for 25,000 personnel (22-24 Jan 2021), 21,000 personnel (25 Jan 2021), and 10,000 personnel (26-31 Jan 2021) activated in support of the current civil unrest within the district. This includes three meals per person per day (Breakfast, Lunch, & Dinner), to be delivered to the DC Armory, from 22-31 January 2021. 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) W912R121Q0006. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02. 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 a single firm-fixed price contract as a result of this solicitation. The associated North American Industrial Classification Systems (NAICS) code for this requirement is 722320, Catering, with a size standard of $8M. This is a 100% small business set-aside. Meals shall be delivered to the DC Armory three times a day (breakfast, lunch, & dinner) from 22 January 2021 through 31 January 2021. All meals shall be delivered to the following address at the times listed below: Delivery to address: DIRECTORATE OF LOGISTICS-G4, DCARNG SPRIGGS 2001 EAST CAPITOL STREET WASHINGTON DC 20003 Delivery Schedule: Base Period: 22-24 Jan 2021 Breakfast (25,000 meals x 3 days) Begin by: 0600 End by: 0800 Lunch (25,000 meals x 3 days) Begin by: 1100 End by: 1300 Dinner (25,000 meals x 3 days) Begin by: 1800 End by: 2000 Base Period: 25 Jan 2021 Breakfast (21,000 meals) Begin by: 0600 End by: 0800 Lunch (21,000 meals) Begin by: 1100 End by: 1300 Dinner (21,000 meals) Begin by: 1800 End by: 2000 Option Period: 26-31 Jan 2021 Breakfast (10,000 meals x 6 days) Begin by: 0600 End by: 0800 Lunch (10,000 meals x 6 days) Begin by: 1100 End by: 1300 Dinner (10,000 meals x 6 days) Begin by: 1800 End by: 2000 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. The purpose of this combined synopsis and solicitations for the purchase and delivery of Grab-and-Go Meals in accordance with the attached Statement of Work. The bid schedule and contract CLIN schedule are below: Item Description QTY Unit Unit Price Total 0001 �22-24 Jan 2021 (25,000 personnel) 225,000 EA 0002 25 Jan 2021 (21,000)������������������������������������������������������������� 63,000 EA 0003 (OPTION) 26-31 Jan 2021 (10,000 personnel)�� 180,000 EA 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 INCORPORATED BY REFERENCE 52.203-18������������ Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation.��� 52.204-7 ��������������� System for Award Management 52.204-16������ ����� Commercial and Government Entity Code Reporting. 52.204-22������������ Alternative Line Item Proposal.������� 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������� 52.212-3 ��������������� Offeror Representations and Certifications-Commercial Items. Alternate I 52.223-22������������ Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. 252.203-7005����� Representation Relating to Compensation of Former DoD Officials 252.215-7007����� Notice of Intent to Resolicit.������������� 252.215-7013����� Supplies and Services Provided by Nontraditional Defense Contractors. CLAUSES ��������������� 52.204-18������������ Commercial and Government Entity Code Maintenance 52.204-25������������ Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.212-4 ��������������� Contract Terms and Conditions-Commercial Items 52.217-4������������� Evaluation of Options Exercised at Time of Contract Award 52.217-5������������� Evaluation of Options 52.217-6������������� Option for Increased Quantity 52.217-7������������� Option for Increased Quantity- Separately Priced Line Item 52.226-6������������� Promoting Excess Food Donation to Nonprofit Organizations�� 52.232-39������������ Unenforceability of Unauthorized Obligations������������� 52.232-40������������ Providing Accelerated Payments to Small Business Subcontractors 252.203-7000����� Requirements Relating to Compensation of Former DoD Officials��������� 252.203-7002����� Requirement to Inform Employees of Whistleblower Rights.������������������� 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 252.222.7999����� Combating race and Sex Stereotyping (DEVIATION 2021-O0001) JAN 2021 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 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. �____ (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 �(iii) For customary progress payments based on costs incurred, submit a progress payment request. �(iv) For performance based payments, submit a performance based payment request. �(v) For commercial item financing, submit a commercial item financing request. �(2) ) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. �(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 || __ __ | | Issue By DoDAAC || __W912R1__ | | Admin DoDAAC || __W912R1__ | | Inspect By DoDAAC || ____ | | Ship To Code || ____ | | Ship From Code || ____ | | Mark For Code || ____ | | Service Approver (DoDAAC) || __ __ | | Service Acceptor (DoDAAC) || __W912R1__ | | 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.) �_X___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31U.S.C.6101note). �____ (5) [Reserved]. �____ (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). �_X___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41U.S.C. 2313). �____ (10) [Reserved]. �____ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15U.S.C.657a). �____ (ii) Alternate I (Nov 2011) of 52.219-3. �____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15U.S.C.657a). �____ (ii) Alternate I (Jan 2011) of 52.219-4. �____ (13) [Reserved] �__X__ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15U.S.C.644). �____ (ii) Alternate I (Nov 2011). �____ (iii) Alternate II (Nov 2011). �____ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15U.S.C.644). �____ (ii) Alternate I (Oct 1995) of 52.219-7. �____ (iii) Alternate II (Mar 2004) of 52.219-7. �__X__ (16) 52.219-8, Utilization of Small Business Concerns (Oct2018) (15U.S.C.637(d)(2) and (3)). �____ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug2018) (15U.S.C.637(d)(4)) �____ (ii) Alternate I (Nov 2016) of 52.219-9. �____ (iii) Alternate II (Nov 2016) of 52.219-9. �____ (iv) Alternate III (Nov 2016) of 52.219-9. �____ (v) Alternate IV (Aug 2018) of 52.219-9 �____ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15U.S.C.644(r)). �_X___ (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 Representation (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). �____ (57) 52.232-36, Payment by Third Party (May 2014) (31U.S.C.3332). �____ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5U.S.C.552a). �____ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15U.S.C.637(d)(13)). �____ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46U.S.C.Appx.1241(b) and 10U.S.C.2631). �____ (ii) Alternate I (Apr 2003) of 52.247-64. �____ (iii) Alternate II (Feb 2006) of 52.247-64. �(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: �[Contracting Officer check as appropriate.] �____ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). �__X__ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41U.S.C.chapter67). �__X__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29U.S.C.206 and 41U.S.C.chapter 67). �____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29U.S.C.206 and 41U.S.C.chapter67). �____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29U.S.C.206 and 41U.S.C.chapter67). �____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41U.S.C.chapter67). �____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41U.S.C.chapter67). �____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). �____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). �____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42U.S.C.1792). �(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. �(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. �(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. �(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. �(e) �(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- �(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41U.S.C.3509). �(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). �(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). �(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). �(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15U.S.C.637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. �(vi) 52.222-17, Nondisplacement of Qualified Workers (May2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. �(vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). �(viii) 52.222-26, Equal Opportunity (Sept 2015) (E.O.11246). �(ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38U.S.C.4212). �(x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul2014) (29U.S.C.793). �(xi) 52.222-37, Employment Reports on Veterans (Feb2016) (38U.S.C.4212) �(xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. �(xiii) 52.222-41, Service Contract Labor Standards (Aug2018) (41U.S.C.chapter67). �(xiv) �(A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22U.S.C.chapter78 and E.O 13627). �(B) Alternate I (Mar2015) of 52.222-50(22U.S.C.chapter78 and E.O 13627). �(xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41U.S.C.chapter67). �(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May2014) (41U.S.C.chapter67). �(xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). �(xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). �(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). �(xx) �(A) 52.224-3, Privacy Training (Jan 2017) (5U.S.C.552a). �(B) Alternate I (Jan 2017) of 52.224-3. �(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10U.S.C. 2302 Note). �(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42U.S.C.1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. �(xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46U.S.C. Appx.1241(b) and 10U.S.C.2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. �(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. �(End of Clause) 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 12:00pm Eastern Standard Time (EST) on 18 January 2021. Quotes received after this timeframe shall not be considered for award. The vendor agrees to hold the prices in its quote firm for 5 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 Specialist Email: stacey.little.1@us.af.mil All questions concerning this procurement, either technical or contractual must be submitted electronically to the Contracting Specialist office.� Telephone and other means of oral communication will not be permitted. The deadline for submittal of questions regarding this solicitation is 7:00pm Eastern Standard Time (EST) on 16 January 2021. Answers will be provided no later than (NTL) 7:00am Eastern Standard Time (EST) on 17�January 2021. 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 3 � Quote Sheet.� 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 (menu), 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- See Attachment 3. Description of Meals- �provide a sample menu and details of meeting the requirements outlined in Attachment 1, Statement of Work. 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 a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, considering the f...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/abcb81587abf44fe9c495b58112c1af6/view)
 
Place of Performance
Address: DC 20003, USA
Zip Code: 20003
Country: USA
 
Record
SN05893957-F 20210118/210116230056 (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.