Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2021 SAM #7211
SOLICITATION NOTICE

63 -- Fire Alarm System Upgrade Combo

Notice Date
8/27/2021 3:41:20 AM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA5613 700 CONS PK APO AE 09021-3076 USA
 
ZIP Code
09021-3076
 
Solicitation Number
FireAlarmSystemUpgradeSolicitation
 
Response Due
9/3/2021 5:00:00 AM
 
Archive Date
09/18/2021
 
Point of Contact
Katherine E. Galgano, Phone: 4903615365255, Daira Rodriguez, Phone: 4903615367996
 
E-Mail Address
katherine.galgano@us.af.mil, daira.rodriguez@us.af.mil
(katherine.galgano@us.af.mil, daira.rodriguez@us.af.mil)
 
Description
Requirement Title: Fire Alarm System Upgrade Solicitation Number: F3N0521056AW02 Solicitation Issue Date: 19 July 2021 Central European Summer Time (CEST) Response Deadline: 1400 (2PM) Friday 20 August 2021 CEST Point(s) of Contact: Primary: Katherine Galgano katherine.galgano@us.af.mil Alternate: Daira Rodriguez; daira.rodriguez@us.af.mil General Information This is an amendment to the combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All changes in this Amendment 1 will be highlighted in yellow � all other items in the combined synopsis/solicitation remain unchanged. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation is being issued as a Request for Quotations (RFQ) under FAR 13. This solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular� 2021-05/3-10-2021 Defense Federal Acquisition Regulation Public Notice 2/21/2021 Air Force Federal Acquisition Circular AFAC 2019-1001 Requirement Information Description: ����������� Please see attached Statement of Work and redacted Brand Name Justification for further information to submit a proposal. A site visit will be held on 3 August 2021 at 1000 (10:00 AM) Central European Summer Time (CEST). We do not intend to hold additional site visits but the government reserves the right to do so if needed. A maximum of two people per vendor (including subcontractors) are allowed to attend the site visit. Social distancing rules will be enforced and masks (surgical/FFP-2 or similar) must be worn at all times during the site visit. Please notify me of your intent to attend the site visit by 28 July 2021 at 1300 (1:00 PM) CEST. We recommend that you arrive early in case of delays. The Site visit will not be delayed due to late arrival of any vendors. All vendors attending the site visit are to meet our representatives at the Ramstein visitor center no later than 0930 (9:30AM) on 3 August�2021 for base access processing. You will need to bring a valid form of identification in order to have base access processed. It is highly recommended that vendors attend a Government hosted site walk in order to submit quotations. Failure to attend a Government hosted site walk may result in an inability to provide a technically acceptable quotation for this requirement. Place of Delivery/Performance/Acceptance/FOB Destination: MP to confirm delivery addresses of all buildings Line Item Description SOW Reference Para Quantity Unit Unit Price Extended Price 0001 Ramstein FACC Installation 1 3 (bullet 1,3 & 4) 4 6 (bullet 1&2, 4-6) 8 (excl. bullet 5) 1 LOT 0002 Station Alerting in all fire stations 2 3 (bullet 2) 5 (bullet 1-3 & 6-8) 1 LOT 0003 Vogelweh redundancy installation 5 (bullet 4&5) 7 1 LOT 0004 Final Training 6 (bullet 3) 8 (bullet 5) 1 LOT Total Instructions to Offerors FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: Quoted amounts need to be net prices without tax Quoted prices may be in Euro Only. The Government reserves the right to award on an ""All or None"" basis The Government reserves the right to reject quotes that are not received by the response deadline. Provide Quote Expiration Date, Best Delivery Date, and any Discount Terms Quotes, attachments, and all other correspondence as listed in this solicitation must be emailed to both points of contact (POCs) All questions are to be submitted via email by Monday 9 August 1400 (2PM) CEST; the Government reserves the right to not answer any questions submitted after this date and time Quotes are required to be valid until for 180 days after submission date Quote shall be against the requirements above The technical response shall be no more than 10 pages (single sided) max, times new roman no smaller than font size 12, with 1� margins. Any pages beyond, or outside of these requirements, will not be reviewed. Pricing information does not count against the page count. 52.212-1 is revised that only the email inboxes of the POCs are the only means for receipt of quotations and no other method will be accepted. The Government reserves the right to reject quotations if they are not received in the email inboxes of the identified POCs by the required due date and time. -vendors shall submit all required attachments listed at the end of this combined synopsis/solicitation. Those filled out attachments will not count toward any page count for quotation submittal. Evaluation Criteria FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: The Government will award a 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 shall be based on all or none and best value to the government. The government may award without interchanges; however, the Government reserves the right to conduct interchanges if deemed in the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet �����the specification requirements of this combined synopsis/solicitation. Only new equipment will be accepted. Re- manufactured or grey market items will not be accepted. All items must include a manufacturer's warranty and be stated in their quote. Per 13.106-3, the CO must determine the price fair and reasonable. Clauses and Provisions FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications posted at FAR 52.212-3 have been entered or updated electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal in the last 12 months, and are current, accurate, complete, and applicable to this solicitation. Alternatively, if the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision and include a completed copy with its offer. The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses are hereby included by reference: FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition; 52.202-1 ����� Definitions (Nov 2013)� 2020-06 52.203-3������ Gratuities (Apr 1984)��� 1984-04 52.203-6������ Restrictions on Subcontractor Sales to the Government (Sep 2006)������� 2020-06 Alt I Alternate I to 52.203-6�� 1995-10 52.203-12���� Limitation on Payments to Influence Certain Federal Transactions������� 2020-06 52.203-19���� Prohibition on Requiring Certain Internal confidentiality Agreements or Statements�� 2017-01 52.204-4������ Printed or Copied Double-Sided on Postconsumer Fiber Content Paper������� 2011-05 52.204-7������ System for Award Management 2018-10 52.204-10���� Reporting Executive Compensation and First-Tier Subcontract Awards������� 2020-06 52.204-13���� System for Award Management Maintenance���� 2018-10 52.204-16���� Commercial and Government Entity Code Reporting����� 2020-08 52.204-18���� Commercial and Government Entity Code Maintenance� 2016-07 52.204-19���� Incorporation by Reference of Representations and Certifications 2014-12 52.204-19���� Incorporation by Reference of Representations and Certifications 2014-12 52.204-22���� Alternative Line Item Proposal�� 2017-01 52.204-23���� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities����� 2018-07 52.204-25���� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment�� 2020-08 52.209-6������ Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment����� 2015-10 52.209-9������ Updates of Publicly Available Information Regarding Responsibility Matters������� 2013-07 52.209-10���� Prohibition on Contracting with Inverted Domestic Corporations 2015-11 52.211-6������ Brand Name or Equal 52.211-17���� Delivery of Excess Quantities��� 1989-09 52.212-1������ Instructions to Offerors -- Commercial Items����� 2020-06 52.212-2������ Evaluation -- Commercial Items 2014-10 52.222-21���� Prohibition of Segregated Facilities������� 2015-04 52.222-26���� Equal Opportunity������� 2016-09 52.222-29���� Notification of Visa Denial������� 2015-04 52.222-37���� Employment Reports on Veterans��������� 2020-06 52.222-50���� Combating Trafficking in Persons��������� 2020-10 Alt I 52.222-50 Alt I 2015-03 52.223-5������ Pollution Prevention and Right-to-Know Information���� 2011-05 52.223-13���� Acquisition of EPEAT� - Registered Imaging Equipment��������� 2014-06 52.223-15���� Energy Efficiency in Energy-Consuming Products��������� 2007-12 52.223-18���� Encouraging Contractor Policies to Ban Text Messaging While Driving������� 2020-06 52.225-13���� Restrictions on Certain Foreign Purchases��������� 2021-02 52.227-14���� Rights in Data -- General���������� 2014-05 52.229-6������ Taxes -- Foreign Fixed-Price Contracts� 2013-02 52.229-12���� Tax on Certain Foreign Procurements��� 2020-06 52.232-17���� Interest 2014-05 52.232-33���� Payment by Electronic Funds Transfer -- System for Award Management������� 2018-10 52.232-39���� Unenforceability of Unauthorized Obligations��� 2013-06 52.232-40���� Providing Accelerated Payments to Small Business Subcontractors������� 2013-12 52.233-1������ Disputes���������� 2014-05 52.233-3������ Protest After Award����� 1996-08 52.233-4������ Applicable Law for Breach of Contract Claim��� 2004-10 52.237-2������ Protection of Government Buildings, Equipment, and Vegetation ������� 1984-04 52.239-1������ Privacy or Security Safeguards.� 1996-08 52.242-13���� Bankruptcy.����� 1995-07 52.242-15���� Stop-Work Order.�������� 1989-08 52.246-2������ Inspection of Supplies -- Fixed-Price.���� 1996-08 52.246-4������ Inspection of Services -- Fixed-Price.���� 1996-08 52.246-16���� Responsibility for Supplies.������ 1984-04 52.247-34���� F.o.b. � Destination.���� 1991-11 252.203-7000 ��������� Requirements Relating to Compensation of Former DoD Officials.������� 2011-09 252.203-7002 ��������� Requirement to Inform Employees of Whistleblower Rights.������� 2013-09 252.203-7005 ��������� Representation Relating to Compensation of Former DoD Officials������� 2011-11 252.204-7003 ��������� Control of Government Personnel Work Product.���������� 1992-04 252.204-7015����������� Notice of Authorized Disclosure of Information for litigation support�������� 2016-05 252.204-7018����������� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�� 2021-01 252.205-7000����������� Provision of Information to Cooperative Agreement Holders.������� 1991-12 252.209-7004����������� Subcontracting with Firms That Are Owned or Controlled by the Government of a country that is a state sponsor of terrorism��� 2015-10 252.211-7003����������� Item Unique Identification and Valuation.��������� 2016-03 252.213-7000����������� Notice to Prospective Suppliers on the use of past performance information retrieval system - statistical reporting in past performance evaluations������� 2018-03 252.215-7013����������� Supplies and services provided by nontraditional defense contractors������� 2018-01 252.222-7002 ��������� Compliance with Local Labor Laws (Overseas)�������������� 1991-06 252.222-7999����������� Combating Race and Sex Stereotyping - Revision 1������� 2021-01 252.223-7006����������� 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic and Hazardous Materials.�������� 2014-09 252.223-7008����������� 252.223-7008 Prohibition of Hexavalent Chromium.����� 2013-06 252.225-7005����������� 252.225-7005 Identification of Expenditures in the United States.������� 2005-06 252.225-7041����������� Correspondence in English.����� 1997-06 252.225-7043����������� Antiterrorism/Force Protection for Defense Contractors Outside the United States 2015-06 252.225-7048����������� Export-Controlled Items.��������� 2013-06 252.225-7974����������� Representation Regarding Persons that have Business Operations with the Maduro Regime (Deviation 2020-O0005)����� 2020-02 252.232-7003����������� Electronic Submission of Payment Requests and Receiving Reports.������� 2018-12 252.232-7008����������� Assignment of Claims (Overseas).��������� 1997-06 252.232-7010����������� Levies on Contract Payments.��� 2006-12 252.232-7017����������� Accelerating Payments to Small Business Subcontractors - Prohibition on Fees and Consideration���������� 2020-04 252.233-7001����������� Choice of Law (Overseas).�������� 1997-06 252.239-7098����������� Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation.������� 2021-04 252.243-7001����������� Pricing of Contract Modifications.�������� 1991-12 252.243-7002����������� Requests for Equitable Adjustment.������ 2012-12 252.244-7000����������� Subcontracts for Commercial Items.����� 2020-10 252.244-7001 Alternate I������ Contractor Purchasing System Administration. � 2014-05 252.246-7003����������� Notification of Potential Safety Issues.�� 2013-06 252.246-7004����������� Safety of Facilities, Infrastructure, and Equipment for Military Operations.�� 2010-10 252.246-7007����������� Contractor Counterfeit Electronic Part Detection and Avoidance System.������� 2016-08 252.246-7008����������� Sources of Electronic Parts������� 2018-05 252.247-7023����������� Transportation of Supplies by Sea.�������� 2019-02 5352.223-9000 �������� Elimination of Use of Class I Ozone Depleting Substances (ODS)������� 2019-10 5352.223-9001 �������� Health and Safety on Government Installations� 2019-10 The following provisions and clauses are hereby included by full text: 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) Definitions. As used in this clause� Covered contractor information system means an information system that is owned or operated by a contractor that processes, stores, or transmits Federal contract information. Federal contract information means information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service to the Government, but not including information provided by the Government to the public (such as on public websites) or simple transactional information, such as necessary to process payments. Information means any communication or representation of knowledge such as facts, data, or opinions, in any medium or form, including textual, numerical, graphic, cartographic, narrative, or audiovisual (Committee on National Security Systems Instruction (CNSSI) 4009). Information system means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information (44 U.S.C. 3502). Safeguarding means measures or controls that are prescribed to protect information systems. Safeguarding requirements and procedures. The Contractor shall apply the following basic safeguarding requirements and procedures to protect covered contractor information systems. Requirements and procedures for basic safeguarding of covered contractor information systems shall include, at a minimum, the following security controls: Limit information system access to authorized users, processes acting on behalf of authorized users, or devices (including other information systems). Limit information system access to the types of transactions and functions that authorized users are permitted to execute. Verify and control/limit connections to and use of external information systems. Control information posted or processed on publicly accessible information systems. Identify information system users, processes acting on behalf of users, or devices. Authenticate (or verify) the identities of those users, processes, or devices, as a prerequisite to allowing access to organizational information systems. Sanitize or destroy information system media containing Federal Contract Information before disposal or release for reuse. Limit physical access to organizational information systems, equipment, and the respective operating environments to authorized individuals. Escort visitors and monitor visitor activity; maintain audit logs of physical access; and control and manage physical access devices. Monitor, control, and protect organizational communications (i.e., information transmitted or received by organizational information systems) at the external boundaries and key internal boundaries of the information systems. Implement subnetworks for publicly accessible system components that are physically or logically separated from internal networks. Identify, report, and correct information and information system flaws in a timely manner. Provide protection from malicious code at appropriate locations within organizational information systems. Update malicious code protection mechanisms when new releases are available. Perform periodic scans of the information system and real-time scans of files from external sources as files are downloaded, opened, or executed. Other requirements. This clause does not relieve the Contractor of any other specific safeguarding requirements specified by Federal agencies and departments relating to covered contractor information systems generally or other Federal safeguarding requirements for controlled unclassified information (CUI) as established by Executive Order 13556. Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), in subcontracts under this contract (including subcontracts for the acquisition of commercial items, other than commercially available off-the-shelf items), in which the subcontractor may have Federal contract information residing in or transiting through its information system. (End of clause) 52.209-7 Information Regarding Responsibility Matters (Oct 2018) (a) Definitions. As used in this provision� ����� Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. ����� Federal contracts and grants with total value greater than $10,000,000 means� ���������� (1) The total value of all current, active contracts and grants, including all priced options; and ���������� (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). ���������� Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). ����� (b) The offeror ? has ? does not have current active Federal contracts and grants with total value greater than $10,000,000. ����� (c) If the offeror checked ""has"" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: ���������� (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: ��������������� (i) In a criminal proceeding, a conviction. ��������������� (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. ��������������� (iii) In an administrative proceeding, a finding of fault and liability that results in� �������������������� (A) The payment of a monetary fine or penalty of $5,000 or more; or �������������������� (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. ��������������� (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. ���������� (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. ����� (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed via https://www.sam.gov (see 52.204-7). (End of provision) 52.222-19 CHILD LABOR�COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (JUL 2020) Applicability. This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured in� (1)������� Israel, and the anticipated value of the acquisition is $50,000 or more; (2)������� Mexico, and the anticipated value of the acquisition is $83,099 or more; or (3)������� Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $182,000 or more. (b)������� Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials. (c)������� Violations. The Government may impose remedies set forth in paragraph (d) for the following violations: (1)������� The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products. (2)������� The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury. (3)������� The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes. (4)������� The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.) (d)������� Remedies. (1)������� The Contracting Officer may terminate the contract. (2)������� The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4. (3)������� The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR Subpart 9.4. (End of clause) 52.222-35 Equal Opportunity for Veterans (Jun 2020) (a) Definitions. As used in this clause- �����""Active duty wartime or campaign badge veteran,"" ""Armed Forces service medal veteran,"" ""disabled veteran,"" ""protected veteran,"" ""qualified disabled veteran,"" and ""recently separated veteran"" have the meanings given at Federal Acquisition Regulation (FAR)22.1301. ����� (b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans. ����� (c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts valued at or above the threshold specified in FAR 22.1303(a) on the date of subcontract award, unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. (End of clause) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60- 741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities. Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of the threshold specified in Federal Acquisition Regulation (FAR) 22.1408(a) on the date of subcontract award, unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. (End of clause) 52.225-17 Evaluation of Foreign Currency Offers.(Feb 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the exchange rate posted at https://www.fiscal.treasury.gov/reports-statements/treasury-reporting-rates- exchange/current.html. The Government will use the rate current as published on the site when quotes are due to convert prices for price comparison purposes only. in effect as follows: For acquisitions conducted using sealed bidding procedures, on the date of bid opening. For acquisitions conducted using negotiation procedures- On the date specified for receipt of offers, if award is based on initial offers; otherwise On the date specified for receipt of proposal revisions. (End of provision) 52.233-2 Service of Protest (Sept 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from daira.rodriguez@us.af.mil The copy of any protest shall be received in the office designated above within oneday of filing a protest with the GAO. (End of provision) 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text.eir full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ 52.252-2, Clauses Incorporated By Reference (Feb 1998) 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/ 52.252-6, Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 252.232-7006�Wide Area WorkFlow Payment Instructions. As prescribed in�232.7004�(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a)�Definitions.�As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3c22146fbec8494fb7c5c08afa471de6/view)
 
Place of Performance
Address: Ramstein-Misenbach 66877, DEU
Zip Code: 66877
Country: DEU
 
Record
SN06114713-F 20210829/210827230124 (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.