Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
SOLICITATION NOTICE

R -- Engineering Evaluation Services for the Boilers at Delano Hall and Fulton Hall located at the US Merchant Marine Academy Kings Point, NY

Notice Date
5/18/2021 7:57:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
693JF7 DOT MARITIME ADMINISTRATION WASHINGTON DC 20590 USA
 
ZIP Code
20590
 
Solicitation Number
693JF721Q000011
 
Response Due
5/28/2021 2:00:00 PM
 
Archive Date
05/14/2022
 
Point of Contact
Alfredia Rich-Murphy, Phone: 202-366-0020, LaChelle Johnson
 
E-Mail Address
alfredia.rich-murphy@dot.gov, lachelle.johnson@dot.gov
(alfredia.rich-murphy@dot.gov, lachelle.johnson@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose for this Amendment is for the following: a. To attached Wage Wage Determination No.: 2015-4158, Revision No.: 12, Date of Last Revision: 04/20/2020 in accordance with the Service Contract Act. b. To add Reps and Certs IAW 52.212-3. c. All other terms and conditions remain unchanged. (1) Action Code.� Combined Synopsis Solicitation Notice (2) Date:� May 14 (3) Year:� 2021 (4) Contracting Office Zip code:� 20590 (5) Product or Service Code:� R410 � Support-Professional:� Program Evaluation/Review/Development of PSC H244. (6) Contracting Office Address:� US Department of Transportation/Maritime Administration ����������������������������������������������� �Office of Acquisition (MAR-380/Suite W26-414) ����������������������������������������������� �1200 New Jersey Avenue, SE ����������������������������������������������� �Washington, DC (7) Subject:� Engineering Evaluation Services for the Boilers at Delano Hall and Fulton Hall located at the US Merchant Marine Academy Kings Point, NY (8) Proposed Solicitation Number:� 693JF721Q000011 (9) Closing Response Date:� May 28, 2021, 1700 hours (EST) (10) Contact Point or Contracting Officer:� Alfredia Rich-Murphy (11) Contract Award and Solicitation Number:� TBD/693JF721Q000011 (12) Contract Award Dollar Amount:� To be determined (13) Line Item Number:� CLINs 0001 (14) Contract Award Date:� TBD (15) Contractor:� TBD This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Subpart 13.5 used in accordance with 41.U.S.C.1901 or the authority of 41 U.S.C.1903. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All vendors shall be registered at www.SAM.gov . Any amendments issued to this solicitation will ONLY be available on the www.beta.SAM.gov under Contracting Opportunities (FBO). (ii) The solicitation number 693JF721Q000011 is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05 dated May 10, 2021. (iv) This notice is a Total Small Business set-aside.� The NAICS code is 541330 and small business size standard is�$16.5 mil. (v) This combined solicitation/synopsis is for procurement of the commercial supplies indicated below. (vi) The Maritime Administration has a requirement for the engineering and evaluation services for the steam boiler plant located at Delano Hall and hot water boiler plant located at Fulton Hall located at the USMMA 300 Steamboat Road Kings Point, NY� 11024-1699 in accordance with the attached STATEMENT OF WORK (SOW). (vii) The required completion date is forty-five (45) days after issuance of the Notice-to-Proceed and acceptance is made. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and an addendum to this provision is included in this Notice. (ix) Provision at 52.212-2, Evaluation -- Commercial Items, is not applicable. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference.� (xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Jan 2021, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition. ����� (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: �����[Contracting Officer check as appropriate.] ������������__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (June 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.) ������������__ (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). ������������__ (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] ����������_X_ (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. ������������_X_ (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 Rerepresentation (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 (Mar2020) (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)). ������������_X_ (26) 52.219-33, Nonmanufacturer Rule (Mar 2020) (15U.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 (Jan2020) (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. ����������__ (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). ������������_X_ (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). ����������_X_ (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. ����������_X_ (41) (i) 52.223-14, Acquisition of EPEAT�-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ������������������__ (ii) Alternate I (Jun2014) of 52.223-14. ������������_X_ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (42�U.S.C.�8259b). ����������_X_ (43) (i) 52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ������������������__ (ii) Alternate I (Jun 2014) of 52.223-16. ������������_X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). ������������__ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ������������__ (46) 52.223-21, Foams (Jun2016) (E.O. 13693). ����������_X_ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). ������������������_X_ (ii) Alternate I (Jan 2017) of 52.224-3. ������������_X_ (48) 52.225-1, Buy American-Supplies (Jan2021) (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.chapter83, 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 (Jan 2021) of 52.225-3. ������������������__ (iii) Alternate II (Jan 2021) of 52.225-3. ������������������__ (iv) Alternate III (Jan 2021) of 52.225-3. ������������_X_ (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. 2302Note). ������������__ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (42�U.S.C.�5150). ������������__ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (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 (Oct2018) (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). ������������_X_ (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: �����[Contracting Officer check as appropriate.] ������������_X_ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41�U.S.C.�chapter67). ������������_X_ (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) ( 29U.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- ��������������� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41�U.S.C.�3509). ��������������� (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ��������������� (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). ��������������� (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). ��������������� (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. ��������������� (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ��������������� (vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). ��������������� (viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38�U.S.C.�4212). ��������������� (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). ��������������� (x) 52.222-37, Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). ��������������� (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. ��������������� (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41�U.S.C.�chapter�67). ��������������� (xiii) (A) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O 13627). �������������������� (B) Alternate I (Mar 2015) of 52.222-50 (22�U.S.C.�chapter�78�and�E.O.�13627). ��������������� (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41�U.S.C.�chapter�67). ��������������� (xv) 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). ��������������� (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). ��������������� (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 2020). ��������������� (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). ��������������� (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5�U.S.C.�552a). �������������������� (B) Alternate I (Jan 2017) of 52.224-3. ��������������� (xx) 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). ��������������� (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42�U.S.C.�1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. ��������������� (xxii) 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). 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) 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) Addenda: IAW 52.212-1, Instructions to Offerors � Commercial items (Jun 2020) a.�� Offerors must include shipping quote (if other than FOB Destination) with FOB Origin shipments and the origin address. b.�� Manufacturer�s warranty information. c.�� Payment Terms if other than Prompt Net 30 days. d.�� Include Manufacturer name and part numbers for comparable items. e.�� Price quote must be itemized with quantities and unit price. f.��� Proposed completion date if other than the required forty-five (45) days. g.�� Interested parties must request a site visit via email to alfredia.rich-murphy@dot.gov �and copy: lachelle.johnson@dot.gov ��no later than May 18, 2021. h.�� Pre-site visit Questions must be emailed at least 24 hours prior to the scheduled site visit date. i.��� Offers are due by May 28, 2021, 1700 hours (EST) and must be emailed to:� alfredia.rich-murphy@dot.gov and copy: lachelle.johnson@dot.gov j.��� Attachments: Statement of Work (SOW) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2021) ����������������������� ����������� Pursuant to 13.106 Soliciting competition, evaluation of quotations or offers, award and documentation. � The award will be based on best value of the following factors with no order of importance: ����������� a. Past Performance ����������� b. Certifications ����������� c. Performance Schedule ����������� d. Warranty f. Price � 52.252-02�������� CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):� https://www.acquisition.gov/ Clause Title���� ����������������������������������������������������������������������������������� Date 52.204-07������ System for Award Management ����������������������������������� OCT 2018 52.204-13������ System for Award Management Maintenance���� ����������� OCT 2018 52.211-06������ Brand Name or Equal��� ����������������������������������������������� AUG 1999 52.212-04������ Contracts Terms and Conditions-Commercial Items������� OCT 2018 52.232-39������ Unenforceability of Unauthorized Obligations��� ����������� JUN 2013 52.232-40������ Providing Accelerated Payments to Small Business Subcontractors ����������� DEC 2013 52.247-34������ F.O.B. Destination������� ����������������������������������������������� NOV 1991 MARAD Clauses INVOICE REQUIREMENTS � Electronic Submission of Payment Requests. Definitions. As used in this clause�� Contract financing payment has the meaning given in FAR 32.001. Payment request means a bill, voucher, invoice, or request for contract financing payment or invoice payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), �Content of Invoices,� this clause, and the applicable Payment clause included in this contract. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. Invoice payment has the meaning given in FAR 32.001. Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Governmentwide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. The Department of Transportation utilizes the Delphi eInvoicing web-portal for processing invoices. For vendors submitting invoices, and certain grantees submitting payment requests, they will be required to submit invoices via Delphi eInvoicing which is accessed and and authenticated via www.login.gov The following FAR section applies (32.905 Payment documentation and process).� In order to receive payment and in accordance with the Prompt Payment Act, all invoices submitted as attachments in the Delphi eInvoicing web-portal shall contain the following: General. Payment will be based on receipt of a proper invoice and satisfactory contract performance. Content of invoices. A PROPER INVOICE rmation is available at http://einvoice.esc.gov (5) Account Management. Vendors are responsible to contact the Delphi Help Desk when their firm�s points of contacts will no longer be submitting invoices so they can be removed from the system. Instructions for contacting the Delphi Help Desk can be found at http://einvoice.esc.gov Point of Contact: Alfredia Rich-Murphy, Contracting Officer:� alfredia.rich-murphy@dot.gov Vendor coordinator: Primary: Felicia Eberling: Felicia.eberling@dot.gov Alternate: Henry Puppe: henry.puppy@dot.gov MCL.G-4 Applicable Service Contract Wage Determination (Multiple Locations) The Service Contact Act wage determination applicable to this requirement is: State: NY Area: Nassau, Suffolk Wage Determination No.: 2015-4158 Revision No. 12 Date of Revision:� 4-20-2020� https://beta.sam.gov/wage-determination/2015- 4158/12?index=wd&is_active=true&date_filter_index=0&date_rad_selection=date&wdType=sca&state=NY&county=16084&prevP=prevPerfYesLocality&page=1 MCL.H-6 Standards of Employee Conduct The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, and integrity, and shall be responsible for taking such disciplinary action with respect to its employees as may be necessary.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a8173458bef94a9c959bc66bc2575711/view)
 
Place of Performance
Address: Kings Point, NY 11024, USA
Zip Code: 11024
Country: USA
 
Record
SN06005406-F 20210520/210518230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.