Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

66 -- Acquisition of Brand Name or Equal IMARIS Software

Notice Date
4/7/2021 10:57:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91021Q00060
 
Response Due
4/8/2021 12:00:00 AM
 
Archive Date
04/23/2021
 
Point of Contact
William T. Neal, Phone: 2402765433
 
E-Mail Address
William.neal@nih.gov
(William.neal@nih.gov)
 
Description
Title: Acquisition of Brand Name or Equal IMARIS Software Solicitation Number:� 75N91021Q00060 Posted Date:��� April 2, 2021�� Response Date: April 8, 2021�������� � Classification Code:�� � 6640 NAICS Code:��� 511210���� Software Publisher��� � DESCRIPTION This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13 � Simplified Acquisition Procedures. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, 75N91021Q00060, is issued as a request for quote (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2021-05 (3-10-2021), simplified acquisition procedures for commercial items.� The North American Industry Classification System (NAICS) code is 511210 (Software Publishers) and the business size standard is $41.5 million. Only one award will be made as a result of this solicitation.� This will be awarded as a firm fixed price type purchase order. BACKGROUND The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Surgical Oncology Program (SOP) and the Metastasis Biology Section focuses on translational medicine by developing ex vivo human tissue models capable of providing insight into the tumor immune microenvironment in the context of cancer metastasis. The lab employs a multipronged approach, with light microscopy being an essential component. CCR requires a software package that will provide a full workflow to manage and analyze microscopy image data from browsing images on different drives, through analysis and interpretation to various ways of sharing the results. The software must be capable of �3D/4D image analysis in order to provide the additional insight into the structure and function of imaged data that allows the lab to achieve its objective to characterize the tumor microenvironment (TME) of metastatic lesions within the human liver and human ex vivo metastasis models in order to expose potential vulnerabilities for drug treatments. In order to support its goals, CCR seeks to procure a software package that will ensure continued high quality, high volume image visualization and analysis critical to the mission of the lab. TYPE OF ORDER This is a Firm Fixed-Price Purchase Order. SPECIAL ORDER REQUIREMENTS PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required: Ability to load and stably handle large (50+ GB) 3D/4D data sets Ability to import image data from no less than 50 microscopy file formats (including all confocal formats) Ability to adjust channel and offset levels with histogram in real time Capable of asynchronous texture loading for efficient image display Capable of smooth panning and zooming to any location in 3D and 4D views Ability to play continuous time-series data smoothly Ability to interact with 3D images while playing the series through time Ability to use extended section display of any number of planes in 2D/3D view Capable of interactive zooming and panning of gallery view and images Capable of multidimensional real time (X, Y, Z) cropping Ability to apply 3D image processing filters including background subtraction and layer normalization. Ability to use deconvolution to enhance fluorescence signals from confocal, widefield and total internal reflection fluorescence images. Ability to create arbitrary (freehand) ROIs in 3D and 3D masks from ROIs Ability to interactively adjust black level for 3D images Include image resize, fit and re-render functions Capable of Tri-linear, interactive 4D real time volume rendering Capable of Multi-mode volume rendering with ray tracing and surface methods Capable of rendering flexibility with lighting, shadow, opacity and surface controls Include a step-by-step, wizard-driven interface optimized for efficient and easy to learn workflows Capable of interactively rendering large (50+ GB) iso-surfaces and millions of point-like objects Ability to interact intuitively with and group iso-surfaces Ability to apply color and material properties, arbitrary lighting angle and transparency of iso-surfaces in 3D view Ability to classify & label objects using a machine learning classifier or interactive filters based on object statistics Ability to measure distances between pairs of object populations, including the measurement of the cumulative number of point-like objects within a distance from an iso-surface Ability to simulate randomly positioned point-like objects to evaluate the presence of attraction or repulsion to a target surface using spatial statistics Ability to quantitatively determine overlap between iso-surface objects using volume overlap statistics Capable of providing a 3D intensity profile as a function of distance to an iso-surface Capable of tracking any segmented object in 3D and 4D Ability to synchronize measurements to events within a timeseries Ability to use clipping planes at arbitrary angles and positions Ability to place and position interactive ortho-slicers in 3D Ability to create advanced animations in the H264 video format and at user-specified resolutions ranging from 640 x 480 to 2560 x 2048. DELIVERY / INSTALLATION Delivery shall be within 30 business days of purchase order award. The Contractor shall provide the NCI Technical Point of Contact (TPOC), TBD at award, with tracking information to anticipate delivery to the best extent possible. All shipping/handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the TPOC to schedule the installation date and time that shall occur within 14 business days after delivery. Installation shall be performed by, or under the direct supervision of, an Original Equipment Manufacturer (OEM) certified operator. The Contractor shall deliver and install the equipment at the following address: Building 10-CCR Room 3W-5840� Bethesda, MD 20892 Point of Contact: TBD WARRANTY The Contractor shall warrant that any instruments, equipment, components, or other supplies (�Supplies�) procured by this purchase are free of defects in design, material, or manufacture for a period of at least eighteen (18) from date of acceptance by the Government. The Contractor shall warrant that all consumables or expendable parts are free of defects in design, material or manufacture for a period of at least 90 calendar days from date of acceptance by the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. The Contractor shall also warrant and imply that items delivered are merchantable and fit for use for the particular purpose described in this contract in accordance with FAR 52.212-4, Contract Terms and Conditions � Commercial Items. SPECIAL CONSIDERATIONS REGARDING DELIVERIES DURING COVID-19 The Contractor shall store or retain all supplies furnished under this order until notified by the NCI Contracting Officer or technical point of contact (TPOC) of a delivery date. The Contractor shall deliver supplies no later than 30-days after notification. The Contractor shall not sell supplies furnished under this order to another company or party if the NCI is unable to accept delivery due to conditions related to COVID-19. Installation as required by the Statement of Need may be delayed due to conditions related to COVID-19. If services provided under this order are delayed, the Contractor shall provide all services at different times and dates at no additional cost. The Contractor shall direct all courier and delivery services � including those not operated by the Contractor (e.g. FedEx, USPS, UPS) � to follow the instructions in this section. All companies delivering to the NIH main campus must comply with Commercial Vehicle Inspection Facility (CVIF) access procedures. Upon arrival, the CVIF will provide a list of buildings and loading docks to delivery personnel. Deliveries will be logged in at the loading dock, and the loading dock contractor or Government personnel will attempt to contact the TPOC listed on the package. In the event that the TPOC is unable to accept the package, the delivery shall not be left at the loading dock station. The delivery must be returned to the Contractor, and the Contractor must coordinate with the TPOC to deliver on another date at no additional cost. Deliveries can only be made between 6:00 a.m. and 4:00 p.m. EST, Monday � Friday, excluding federal holidays. NOTE: Contractors delivering to Building 10 will be required to complete additional steps including a brief medical screening before unloading and entering to make deliveries. These steps are necessary to protect patients and staff. Delivery personnel may also be asked a series of questions related to recent travels and any physical symptoms known or suspected to be relevant to COVID-19. PAYMENT Payment shall be made in full upon delivery and acceptance by the Government. Payment authorization requires submission and approval of invoices to the COR and NIH OFM, in accordance with the attached payment provisions listed below: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls:� Prompt Payment (Jan 2017) FAR 52.232-25.� Highlights of this clause and NIH implementation requirements follow: Invoice Requirements A� � �An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services� � � � � �performed.� A proper invoice is an ""Original"" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9.� If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice.� (See exceptions under II., below.)� Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. Vendor/Contractor:� Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). Remit-to address (Name and complete mailing address to send payment). Remittance name must match exactly with name on original order/contract.� If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. Invoice date. Unique invoice #s for all invoices per vendor regardless of site. NBS document number formats must be included for awards created in the NBS:� Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). Federal Taxpayer Identification Number (TIN).� In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice.� The VIN is the number that appears after the contractor�s name on the face page of the award document. Identify that payment is to be made using a three-way match. Description of supplies/services that match the description on the award, by line billed.* Freight or delivery charge must be billed as shown on the award.� If it is included in the item price do not bill it separately.� If identified in the award as a separate line item, it must be billed separately. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* NOTE:� If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice.� A modification to the order or contract may be needed before the invoice can be submitted and paid. B.� Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order.� If authorized, shipping costs must be� � �itemized.� Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. C.� The�Contractor shall submit invoice to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official, as directed below. The�Contractor must follow step-by-step instructions as stated in the NIH/OFM Electronic Invoicing Instructions for NIH Contractors/Vendors, which is included as an attachment on the website at https://oamp.od.nih.gov/DGS/DGS-workform-information/attachment-files. The invoice shall be transmitted as an attachment via email to the address listed above in one of the following formats: Word, or Adobe Portable Document Format (PDF). The Contractor must submit only one invoice per email. Do not submit supporting documentation (e.g., receipts, time sheets, vendor invoices, etc.) with your invoice unless specified elsewhere in the contract or requested by the Contracting Officer. The Contractor shall submit a copy of the electronic invoice to the following Technical Point of Contact (TPOC): Technical Point of Contact (TPOC) Name- ___________________Email Address- For inquiries regarding the status of invoices, contact OFM Customer Service via email at ofm_customer_service@incontactemail.com or via phone at 301-496-6088. To send your inquiries via other available communication methods refer to the OFM Customer Service website at https://ofm.od.nih.gov/Pages/Customer-Service.aspx. Note: The OFM Customer Service is open Eastern Standard Time Monday � Friday from 8:30 a.m. to 5:00 p.m. and is closed between 12:00 p.m. to 1:00 p.m. Invoice Payment A. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: The 30th day after the designated billing office has received a proper invoice. The 30th day after Government acceptance of supplies delivered or services performed. B.� The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. Interest Penalties A.� An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met,� � �if�applicable. A proper invoice was received by the designated billing office. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. B. In the case of a final invoice for any balance of funds due the contractor for ��� supplies delivered or services performed, the amount was not subject to further � settlement actions between the Government and the Contractor. C.� Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV.� PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (December 2013) a)� �Upon receipt�of accelerated payments from the Government,�the�Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when�such payment is otherwise�required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.� b)� �The�acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. c)� � Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business�concerns for the acquisition of commercial items.� PURCHASE ORDER CLAUSES FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (JAN 2021)� (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�2020) (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.�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: ___ (1)�52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (Oct�1995) (41�U.S.C.�4704�and�10�U.S.C.�2402). ��������� �__(2)�52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41�U.S.C.�3509)). �� __(3)�52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X__�(4)�52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31�U.S.C.�6101�note). ����������___ (5)�[Reserved]. � __� (6)�52.204-14, Service Contract Reporting Requirements (OCT�2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7)�52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT�2016) (Pub. L. 111-117, section 743 of Div. C). _X__ (8)�52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31�U.S.C.�6101 note). ___ (9)�52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT�2018) (41�U.S.C. 2313). ����������___ (10)�[Reserved]. ___ (11) (i)�52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (MAR 2020) (15�U.S.C.657a). �������������������� ___ (ii)�Alternate I (MAR 2020) of�52.219-3. ___ (12)�(i)�52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15�U.S.C.�657a). ������������������� ___ (ii)�Alternate I (MAR 2020) of�52.219-4. ����������___ (13)�[Reserved] ����������___ (14)�(i)�52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15�U.S.C.644). �������������������� ___ (ii)�Alternate I (MAR 2020) of 52.219-6 ����������___ (15)�(i)�52.219-7, Notice of Partial Small Business Set-Aside (NOV 2020) (15�U.S.C.�644). �������������������� ___ (ii)�Alternate I (MAR 2020) of�52.219-7. ___ (16)�52.219-8, Utilization of Small Business Concerns (OCT�2018) (15�U.S.C.�637(d)(2)�and (3)). ����������___ (17) (i)�52.219-9, Small Business Subcontracting Plan (JUN 2020) (15�U.S.C.�637(d)(4)). �������������������� ___ (ii)�Alternate I (NOV�2016) of�52.219-9. �������������������� ___ (iii)�Alternate II (NOV�2016) of�52.219-9. �������������������� ___ (iv)�Alternate III (JUN 2020) of�52.219-9. �������������������� ___ (v)�Alternate IV (JUN 2020) of�52.219-9 ����������___ (18)�(i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15�U.S.C.�644(r)). ������������������� ___ (ii) Alternate I (MAR 2020) of 52.219-13 ����������___ (19)�52.219-14, Limitations on Subcontracting (MAR 2020) (15�U.S.C.637(a)(14)). ___ (20)�52.219-16, Liquidated Damages-Subcontracting Plan (JAN�1999) (15�U.S.C.�637(d)(4)(F)(i)). ___ (21)�52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15�U.S.C.�657f). _X__ (22)(i)�52.219-28, Post Award Small Business Program Representation (NOV 2020) (15�U.S.C.�632(a)(2)). �������������������� ___ (ii)�Alternate I (MAR 2020) of�52.219-28. ___ (23)�52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (MAR 2020) (15�U.S.C.�637(m)). ___ (24)�52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (MAR�2020) (15�U.S.C.�637(m)). ___ (25)�52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). ����������___�(26)�52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)). ����������_X__ (27)�52.222-3, Convict Labor (JUN 2003) (E.O.11755). �_X__ (28)�52.222-19, Child Labor-Cooperation with Authorities and Remedies�(JAN�2020)�(E.O.13126). ����������_X__ (29)�52.222-21, Prohibition of Segregated Facilities (APR 2015). ����������_X__ (30) (i)�52.222-26, Equal Opportunity (SEP�2016) (E.O.11246). �������������������� ___ (ii)�Alternate I (Feb�1999) of�52.222-26. ����������___ (31)(i)�52.222-35, Equal Opportunity for Veterans (JUN 2020) (38�U.S.C.�4212). �������������������� ___ (ii)�Alternate I (JUL�2014) of�52.222-35. _X__ (32)�(i)�52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29�U.S.C.793). �������������������� ___ (ii)�Alternate I (JUL 2014) of�52.222-36. ����������___ (33)�52.222-37, Employment Reports on Veterans (JUN 2020) (38�U.S.C.�4212). ___ (34)�52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC�2010) (E.O. 13496). _X__ (35)(i)�52.222-50, Combating Trafficking in Persons (OCT 2020) (22�U.S.C.�chapter�78�and E.O. 13627). �������������������� ___ (ii)�Alternate I (MAR�2015) of�52.222-50�(22�U.S.C.�chapter 78�and E.O. 13627). ___ (36)�52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in�22.1803.) ___ (37) (i)�52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items (May�2008) (42�U.S.C.�6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii)�Alternate I (MAY�2008) of�52.223-9�(42�U.S.C.�6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (38)�52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN�2016) (E.O. 13693). ___ (39)�52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN�2016) (E.O. 13693). ___ (40) (i)�52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). �������������������� ___ (ii)�Alternate I (OCT�2015) of�52.223-13. ___ (41) (i)�52.223-14, Acquisition of EPEAT�-Registered Televisions (JUN�2014) (E.O.s 13423 and 13514). �������������������� ___ (ii)�Alternate I (JUN�2014) of�52.223-14. ___ (42)�52.223-15, Energy Efficiency in Energy-Consuming Products (MAY 2020) (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. ___ (44)�52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). ����������___ (45)�52.223-20, Aerosols (JUN�2016) (E.O. 13693). ����������___ (46)�52.223-21, Foams (JUN�2016) (E.O. 13693). ����������___ (47)�(i)�52.224-3�Privacy Training (JAN�2017) (5 U.S.C. 552 a). �������������������� ___ (ii)�Alternate I (JAN�2017) of�52.224-3. ����������___ (48)�52.225-1, Buy American-Supplies (JAN 2021) (41�U.S.C.�chapter�83). _X__ (49) (i)�52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (JAN 2021) (41�U.S.C.�chapter�83,�19�U.S.C.�3301�note,�19�U.S.C.�2112�note,�19�U.S.C.�3805�note,�19�U.S.C.�4001�note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ������������������� ___ (ii)�Alternate I (MAY�2014) of�52.225-3. �������������������� _X__ (iii)�Alternate II (MAY�2014) of�52.225-3. �������������������� ___ (iv)�Alternate III (MAY�2014) of�52.225-3. ����������___ (50)�52.225-5, Trade Agreements�(OCT 2019) (19�U.S.C.�2501,�et seq.,�19�U.S.C.�3301�note). _X__ (51)�52.225-13, Restrictions on Certain Foreign Purchases (JUN�2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (52)�52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT�2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008;�10�U.S.C. 2302�Note). ����������___ (53)�52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV�2007) (42�U.S.C.�5150). ___ (54)�52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV�2007) (42�U.S.C.�5150). ___ (55)�52.229-12, Tax on Certain Foreign Procurements�(Jun 2020). ___ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB�2002) (41�U.S.C.4505,�10�U.S.C.2307(f)). � �(57)�52.232-30, Installment Payments for Commercial Items (JAN�2017) (41�U.S.C.4505,�10�U.S.C.2307(f)). �X (58)�52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT�2018) (31�U.S.C.�3332). ___ (59)�52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL�2013) (31 U.S.C.3332). ����������___ (60)�52.232-36, Payment by Third Party (MAY�2014) (31�U.S.C.3332). ����������___ (61)�52.239-1, Privacy or Security Safeguards (AUG 1996) (5�U.S.C.�552a). ����������___ (62)�52.242-5, Payments to Small Business Subcontractors (JAN�2017)�(15�U.S.C.�637(d)(13)). ___ (63) (i)�52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB�2006) (46�U.S.C.�Appx.�1241(b)�and�10�U.S.C.�2631). �������������������� ___ (ii)�Alternate I (APR�2003) of�52.247-64. �������������������� ___ (iii)�Alternate II (FEB 2006) of�52.247-64. (c)�The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ����������___ (1)�52.222-41, Service Contract Labor Standards (AUG�2018) (41�U.S.C.�chapter�67). ___ (2)�52.222-42, Statement of Equivalent Rates for Federal Hires (MAY�2014) (29�U.S.C.�206�and�41�U.S.C.�chapter 67). ___ (3)�52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (AUG�2018) (29�U.S.C.�206�and�41�U.S.C.�chapter�67). ___ (4)�52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY�2014) (29�U.S.C.�206�and�41�U.S.C.�chapter�67). ___ (5)�52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41�U.S.C.�chapter�67). ___ (6)�52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41�U.S.C.�chapter�67). ����������___ (7)�52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020). ����������___ (8)�52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN�2017) (E.O. 13706). ___ (9)�52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN�2020) (42�U.S.C.�1792). (d)�Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR�2.101, on the date of award of this contract,�and does not contain the clause at�52.215-2, Audit and Records-Negotiation. (1)�The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. (2)�The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR�subpart� 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3)�As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)�(1)�Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41�U.S.C.�3509). � 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions) � 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). � 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). � �52.219-8,�Utilization�of Small Business Concerns (OCT�2018) (15�U.S.C.637(d)(2)�and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds �the appl...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a0de8f735ad2414ebb191998d9ce59ac/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05965415-F 20210409/210407230117 (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.