Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2021 SAM #7180
MODIFICATION

R -- Optimize Local NWP Model

Notice Date
7/27/2021 9:31:17 AM
 
Notice Type
Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA252121QB57
 
Response Due
8/3/2021 11:00:00 AM
 
Archive Date
08/18/2021
 
Point of Contact
Kevin Brisco, Phone: 321-494-9506, Fax: 321-494-1843, Terry Clark, Phone: 321-494-4394, Fax: 321-494-1843
 
E-Mail Address
kevin.brisco@spaceforce.mil, terry.clark.6@spaceforce.mil
(kevin.brisco@spaceforce.mil, terry.clark.6@spaceforce.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA252121QB057 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 dated 07-12-2021 The North American Industry Classification System (NAICS) code for this project is 541690 with a size standard of $16,500,000. The purpose of this combined synopsis and solicitation is for optimizing the Numerical Weather Prediction (NWP) model. 1.� The bid schedule and contract CLIN schedule as follows: Item No.� � � � � � Description� � � � � � � � � � � � � � � � � � � � � � � � �Qty� � � �Unit� � � �Unit Price� ��Extended Price 0001� � � � � �The contractor shall design an optimized� � � � � � � � 1� � � � Each� � � � $� � � � � � � � $ � � � � � � � � � � Numerical Weather Prediction (NWP) model � � � � � � � � � � for Cape Canaveral Space Force Station (CCSFS) � � � � � � � � � � and NASA Kennedy Space Center (KSC). All will� � � � � � � � � � � be accomplished in accordance with the � � � � � � � � � � Statement of Objectives. Attachment(s): Statement of Objectives; 21QB057 SOO-Optimized Local NWP Model Ship to address/Place of Performance: �Cape Canaveral Space Force Station, FL Shipping Method F.O.B. Destination shall be quoted for supplies to be delivered within the United States unless there are valid reasons to the contrary. Shipping cost should be included in the total quoted price. NOTE TO OFFERORS:� In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly label the item GSA or open market.� Include your GSA contract number for items, as well as expiration date of the contract.� 2.� FAR Provision(s) in by full text*: 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Feb 16) As prescribed in 9.104-7(d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) ����� (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that� ���������� (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or ���������� (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. ����� (b) The Offeror represents that� ���������� (1) It is ? is not ? a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and ���������� (2) It is ? is not ? a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Jun 2020) applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. (a)�North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b)�Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the�SF 1449, letterhead stationery, or as otherwise specified in the solicitation.� Submit written offers only, oral offers will not be accepted.� Please respond to this RFQ by providing the following information in this document and returning one (1) copy to the email identified in (b)(2) below. �����������(1)�The solicitation number; FA252121QB057 �����������(2)�The time specified in the solicitation for receipt of offers; ����������������������� RFQ due date:� 03 Aug, 2021 � � � � � � � � � � � � RFQ due time: �2:00 P.M. EDT � � � � � � � � � � � � Email to 45CONS.PKB.email@us.af.mil If the receipt of offers date different from betaSAM Contract Opportunities; betaSAM Contract Opportunities has precedence. Note: �.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be submitted by 2:00 P.M. EDT,�Friday 30 Jul,�21.� Estimated Delivery Time: 30 Sep 2024. FOB (Select):� ____ Destination������������������� _____ Origin Shipping Cost included?� ____ Yes �������������� _____ No Quote expiration date: __________ �����������(3)�The name, address, and telephone number of the offeror; Company Complete Address & Information: DUNS Number: Cage Code: *Number of Employees *Total Yearly Revenue Note:� * Information required determining size of business for the NAICS referenced above GSA # (If applicable to this acquisition) �����������(4)� The quoter shall submit electronic technical quote that demonstrates the ability to meet requirements as specified in the RFQ.� The quote shall provide sufficient detailed information which demonstrates their technical capability, including product characteristics and design capability.� The technical quote shall address the length of time the vendor will require for completion and delivery of the item. �����������(5)�Terms of any express warranty; �����������(6)�Price and any discount terms:� The quote shall include a firm-fixed price for the scope of work in the bid schedule reference above; �����������(7)��Remit to� address, if different than mailing address; �����������(8)�A completed copy of the representations and certifications at FAR�52.212-3�(see FAR�52.212-3(b) for those representations and certifications that the offeror shall complete electronically); �����������(9)�Acknowledgment of Solicitation Amendments; �����������(10)�Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); �����������(11)�If the offer is not submitted on the�SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; and (12) Offerors shall provide a representation regarding use of telecommunications equipment or services by completing FAR Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and submit with offer by the established due date and time. (c)�Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d)�Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during preaward testing. (e)�Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with�subpart� 4.10�of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f)�Late submissions, modifications, revisions, and withdrawals of offers. This paragraph is tailored to read as follows: Offerors are responsible for submitting electronic offers by the solicitation due date and time.� Offers received after the solicitation due date and time are considered late and will be handled in accordance with FAR 52.212-1(f). (g)�Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h)�Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. ������(i)�Availability of requirements documents cited in the solicitation. �����������(1)�(i)�The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L�Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. ���������(ii)�If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. ������������� (2)�Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ����������������(i)�ASSIST (�https://assist.dla.mil/online/start/). ����������������(ii)�Quick Search (�http://quicksearch.dla.mil/). ����������������(iii)�ASSISTdocs.com (http://assistdocs.com). ������������ �(3)�Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- ����������������(i)�Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); ����������������(ii)�Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or ����������������(iii)�Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. ��������� ����(4)�Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j)�Unique entity identifier.�(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation �Unique Entity Identifier� followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR�subpart� 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at�https://beta.sam.gov/�for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at�https://beta.sam.gov/ or establishing the unique entity identifier. All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be considered for award.� The Government will not provide contract financing for this acquisition.� Invoice instruction shall be provided at time of award. (k)�[Reserved] (l)�Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: �����������(1)�The agency�s evaluation of the significant weak or deficient factors in the debriefed offeror�s offer. �����������(2)�The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. �����������(3)�The overall ranking of all offerors, when any ranking was developed by the agency during source selection. �����������(4)�A summary of the rationale for award; �����������(5)�For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. �����������(6)�Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2�Evaluation-Commercial Items. As prescribed in�12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items�(Oct 2014) (a)� The Government intends to award a FFP contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the offer who is technically acceptable, provides the lowest price, and is deemed responsible. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. The following factors shall be used to evaluate offers: (i) Technical Acceptability, (ii) Price, and (iii) Past Performance. Technical acceptability: The government will evaluate quotes on the basis of whether or not the offer conformed to the submission instructions and minimum requirements identified in the solicitation to include completing 52.212-1(b)(1) thru (12) Price: The total evaluated price will include the total price of all line items. The price will be evaluated but not scored. The price evaluation will determine whether the proposed price is complete, fair, and reasonable in relation to the solicitation requirements. Schedule price reductions are requested. Past Performance: The government will evaluate past performance based on information obtained through Federal Awardee Performance and Integrity Information System (FAPIIS), Contractor Performance Assessment Reporting System (CPARS), and Supplier Performance Risk System (SPRS) databases or any other reasonable basis. Offerors with derogatory marks or terminations for default/cause will not be considered for award. (c)�A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 3.� FAR Provision in by reference*: 52.212-3, Offeror Representations and Certifications -- Commercial Items��� (Feb 2021), with its Alternate I (Oct 14) 52.219-1 Small Business Program Representations.� (Nov 2020) 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (Jun 2020) 4.� FAR Clauses(s) in by full text: 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: ���� [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.) ����������� _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] ��������� _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. ����������� __ (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)). ����������� __ (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. ��������� _X_ (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. ����������� _X_ (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 (Jun2014) 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. ����������� _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). ��������� __ (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 (Jan2021) (41 U.S.C. chapter 83). ��������� __ (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. ����������� __ (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). ����������� __ (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(7). ����������� __ (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). ����������� _X_ (7) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 2020). ����������� _X_ (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 res...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d9321ede0c7d468eab63ca95132843b8/view)
 
Place of Performance
Address: Canaveral Air Station, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN06074287-F 20210729/210728203726 (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.