Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2023 SAM #7834
SOLICITATION NOTICE

66 -- Acquisition of a Brand Name or Equal Nanostring GeoMx Digital Spatial Profiler

Notice Date
5/8/2023 8:04:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH NCI Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N91023Q6574811
 
Response Due
5/12/2023 9:00:00 AM
 
Archive Date
05/27/2023
 
Point of Contact
Miguel Diaz, Phone: 240-276-5439
 
E-Mail Address
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
 
Description
The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), has a need for Brand Name or Equal Nanostring GeoMx Digital Spatial Profiler. This is a Combined Synopsis/Solicitation for commercial items, prepared in accordance with the format in�Federal Acquisition Regulation (FAR) subpart�12.6, as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13.106� Simplified Acquisition Procedures. This announcement constitutes the only solicitation that will be provided in relation to the stated need contained herein. This solicitation is issued as a Request for Quote (RFQ) and includes applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2023-02 (03/16/2023). The requirement�s North American Industry Classification System (NAICS) code is 334516 (Analytical Laboratory Instrument Manufacturing) with a size standard of 1,000 Employees. One Firm-Fixed-Priced award is anticipated to be made as a result of this solicitation.�� BRAND NAME OR EQUAL This requirement is for one (1) Brand Name or Equal Nanostring GeoMx Digital Spatial Profiler. The Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal (AUG 1999) is applicable to this requirement. BACKGROUND The mission of the Center for Immuno-Oncology is to advance the field of immuno-oncology by investigating the biologic impact of immunotherapy and translating these discoveries into science-driven clinical research. The CIO functions as a multidisciplinary translational and clinical programmatic effort within the NCI Center for Cancer Research (CCR, NCI), with the goal of developing novel immunotherapeutics and immuno-oncology strategies toward the seamless transition to science-driven clinical studies. The CIO focuses on the preclinical and clinical development of agents that target multiple components of the immune system as well as the tumor microenvironment; these include agents to activate and potentiate the immune response (such as therapeutic or preventive vaccines), reduce or eliminate immunosuppressive entities, and agents that epigenetically alter the phenotype of tumor cells to render them more susceptible to immune attack. Complementary cellular therapies are investigated both preclinically and clinically as monotherapies, and in combination approaches. The CIO also focuses on the interrogation of the immune responses of patients in the periphery and in the tumor microenvironment to better understand modes of action of agents and to inform subsequent trials. The CIO takes full advantage of the intramural program to carry out high risk/high reward preclinical and clinical studies. The tumor microenvironment plays a critical role in cancer development, progression, and control. The molecular and cellular nature of the tumor immune microenvironment influences disease outcome by altering the balance of suppressive versus cytotoxic responses in the vicinity of the tumor. The CIO�s focus is to study the tumor immune microenvironment (TIME) in preclinical and clinical samples from patients treated with immunotherapeutic agents. For this purpose, the CIO requires a digital spatial profiler to conduct spatial transcriptomics and spatial proteomics experiments on single slides. The digital spatial technology will help COI look at many biomarkers simultaneously on fresh and formalin fixed paraffin embedded tumor tissues to identify cells and their fates. TYPE OF ORDER This is a Firm Fixed-Price Purchase Order. SPECIAL ORDER REQUIREMENTS PRODUCT FEATURES/SALIENT CHARACTERISTICS The digital spatial profiler shall be able to support the identification of tumor immune micro-environment components such as immune cells, chemokines and others, to study their function, and their interaction with each other in murine and clinical samples. The instrument shall allow CIO investigators to study the heterogeneity of tumors and their variability in primary tumor sites to other metastatic regions. Furthermore, it shall allow CIO investigators to study the effect of immunotherapies on the tumor and its environment to better understand the mechanism of action of these treatments in cancer patients. For this purpose, the following minimum product features/characteristics are required: System setup: Due to space limitations, the digital spatial profiler shall have multiplexed proteogenomics capabilities as stand-alone solution (single equipment). Sample types: The digital spatial profiler shall be compatible with murine pre-clinical and human clinical samples (fresh frozen tissue) and with archived samples (formalin fixed paraffin embedded tissue sections). Performance characteristics: The digital spatial profiler shall enable the detection of many biomarkers on the same tissue slide. The digital spatial profiler shall support the following analytes/-omics assays: RNA analytes; transcriptomics from single section with quantitative analysis of at least 100 transcripts per assay. Protein analytes; proteomics from single section with quantitative analysis of at least 100 proteins per assay. Multiplexed proteogenomics assays from single section with a digital readout of at least 90 targets (proteins or RNA) per assay. Slide capacity and throughput: the digital spatial profiler shall process: up to 4 slides per run; and up to 8 slides per day. To ensure quality in data collection, the digital spatial profiler shall have a proven reproducibility between slides and users. Hard-/Software: Hardware shall include one (1) computer workstation (desktop and monitor) with Windows 10 (or higher) operating system. Data analysis software shall: Automatically connect quantitative readouts with spatial information. Visualize counts based on user-selected region of interest (ROI). Include data quality control and data normalization. Produce high quality data plot images, including pathways, differential expression, clusters, bar graphs, box plots, scatter plots, correlation plots, and heat maps. Allow export of raw and calibrated data in .csv or .xlsx file format. Allow export of visualization plots as images in .svg format. Compatibility: The digital spatial profiler system shall be compatible with the Illumina NGS nCounter analysis system for the integration of established workflows at the CIO. WARRANTY In addition to the Implied warranty contained in FAR Clause 52.212-4, quoters are encouraged to provide express warranties. At a minimum, the Contractor shall provide a 12-month warranty from date of final installation on all equipment and associated items provided under, or as a part of this purchase order. The warranty shall include repair and or replacement of parts, including travel, labor, and materials, at no additional cost to the Government. The warranty shall not exclude or limit the Governments rights for an Implied warranty as established in the terms and conditions of clause 52.212-4. DELIVERY / INSTALLATION / REMOVAL Delivery of all items quoted shall be within ninety (90) calendar days after receipt of order. All shipping/handling (including FOB Destination) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the respective NCI Technical Point of Contact (TPC), TBD at award, to schedule installation dates and times. Installation shall occur within fourteen (14) calendar days of delivery, and shall be performed by, or under the direct super vision of, an Original Equipment Manufacturer (OEM) certified technician. Equipment shall be delivered to and installed at the following address: NIH Clinical Center Bldg. 10, 10 Center Dr. Bethesda, MD 20892 4.3������ TRAINING The vendor shall conduct a user training on the digital spatial profiler system for up to four NCI scientific staff members. Training shall be conducted by a certified field application specialist. Course date, location, and method of training shall be arranged with the NCI Technical Point of Contact (TPC). INSPECTION AND ACCEPTANCE Pursuant to FAR Clause 52.212-4, all items, services, materials, or supplies to be provided by the Contractor in relation to this Purchase Order are subject to final inspection and acceptance by an authorized representative of the Government. The authorized representative of the Government is the Technical Point of Contact. TECHNICAL POINT OF CONTACT The Technical Point of Contact (TPOC) is responsible for inspection and acceptance of all work in relation to this requirement and will serve as the Governments primary point of contact throughout the duration of the requirement. All efforts must be coordinated with this individual. The TPOC for this requirement is: TBD (upon award) Note: The TPOC has limited authority as defined within this Statement of Work. They do not have the authority to commit or obligate Government funds or make changes to the terms and conditions of the purchase order. As such, any changes to the purchase order must be performed by a warranted Government Contracting Officer with appropriate delegated authority to do so. PAYMENT Payment shall be made upon delivery, installation, training, inspection, and acceptance. Payment authorization requires submission and approval of invoices to the TPC and NIH OFM, in accordance with the payment provisions listed below: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: Prompt Payment (Jan 2017) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: Invoice Requirements An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an ""Original"" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats, or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be considered in the computation of any interest penalty owed the Contractor. Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail, and mailing address of point of contact). Remit-to address (Name and complete mailing address to send payment). Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. Invoice date. Unique invoice #s for all invoices per vendor regardless of site. NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. Unique Entity Identifier (UEI) which is in the System for Award Management (SAM) and replaces the Dun & Bradstreet Data Universal Numbering System (DUNS) number. Federal Taxpayer Identification Number (TIN). In those rare cases where a contractor does not have a UEI number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor�s name on the face page of the award document. Identify that payment is to be made using a three-way match. Description of supplies/services that match the description on the award, by line billed.* Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. The Contractor shall submit invoices to the Department of Treasury�s Invoice Processing Platform (IPP) at https://www.ipp.gov with a copy to the approving official, as directed below. The Contractor shall submit a copy of the electronic invoice to the following Approving Official (Purchasing Agent) and Technical Point of Contact: Approving Official: Purchasing Agent. Name- Email Address- Technical Point of Contact (TPOC) Name- Email Address- Invoice Payment Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: The 30th day after the designated billing office has received a proper invoice. The 30th day after Government acceptance of supplies delivered or services performed. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. Interest Penalties An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. A proper invoice was received by the designated billing office. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (November 2021) (a)�Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business�subcontractors�under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b)�The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c)�Include the substance of this clause, including this paragraph (c), in all�subcontracts�with�small business concerns, including�subcontracts�with�small business concerns�for the acquisition of�commercial products�or�commercial services. (End of Clause) HHSAR 352.232-71 Electronic Submission of Payment Requests (February 2, 2022) Definitions. As used in this clause� Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), ��Content of Invoices�� and the applicable Payment clause included in this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures. (d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer�s written authorization with each payment request. (End of Clause) CONTRACT CLAUSES FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (MAR 2023) (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 products�and�commercial services: (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�(NOV 2021)�(Section 1634 of Pub. L. 115-91). (3)�52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or Equipment.�(NOV 2021)�(Section 889(a)(1)(A) of Pub. L. 115-232). (4)�52.209-10, Prohibition on�Contracting�with Inverted Domestic Corporations�(Nov 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). (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 products�and�commercial services: __�(1)�52.203-6, Restrictions on Subcontractor Sales to the Government�(Jun 2020),�with�Alternate�I�(NOV 2021)�(41�U.S.C.�4704�and�10�U.S.C.�4655). __�(2)�52.203-13, Contractor Code of Business Ethics and Conduct�(NOV 2021)�(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.�(NOV 2021)�(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)�52.219-3, Notice of�HUBZone�Set-Aside or Sole-Source Award�(SEP 2021)�(15�U.S.C.�657a). __�(12)�52.219-4, Notice of Price Evaluation Preference for�HUBZone Small Business Concerns�(SEP 2021)�(if the�offeror�elects to waive the preference, it�shall�so indicate in its�offer) (15�U.S.C.�657a). __�(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�(NOV 2021) (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�(SEP 2021)�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�(SEP 2021)�(15�U.S.C.�637s). __�(20)�52.219-16, Liquidated Damages�Subcontracting Plan�(SEP 2021)�(15�U.S.C.�637(d)(4)(F)(i)). __�(21)�52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside�(SEP 2021)�(15�U.S.C.�657f). __�(22)�(i)�52.219-28, Post Award Small Business Program Representation�(SEP 2021)�(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�(SEP 2021)�(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�(SEP 2021)�(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�(SEP 2021)�(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�(DEC 2022)�(E.O.13126). _X_�(29)�52.222-21, Prohibition of Segregated Facilities�(APR 2015). _X_�(30)�(i)�52.222-26, Equal Opportunity�(SEP 2016)�(E.O.11246). �����������������__�(ii)�Alternate�I�(FEB 1999)�of�52.222-26. __�(31)�(i)�52.222-35, Equal Opportunity for Veterans�(JUN 2020)�(38�U.S.C.�4212). __�(ii)�Alternate�I�(JUL 2014)�of�52.222-35. _X_�(32)�(i)�52.222-36, Equal Opportunity for Workers with Disabilities�(JUN 2020)�(29�U.S.C.�793). ������������������__�(ii)�Alternate�I�(JUL 2014)�of�52.222-36. __�(33)�52.222-37, Employment Reports on Veterans (JUN 2020) (38�U.S.C.�4212). __�(34)�52.222-40, Notification of Employee Rights Under the National Labor Relations Act�(DEC 2010)�(E.O. 13496). _X_�(35)�(i)�52.222-50, Combating Trafficking in Persons�(NOV 2021) (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�(MAY�2022)�(Executive Order 12989). (Not applicable to the�acquisition�of commercially available off-the-shelf items or certain other types of�commercial products�or�commercial services�as prescribed in FAR�22.1803.) __�(37)�(i)�52.223-9, Estimate of Percentage of�Recovered Material�Content for EPA�Designated Items (MAY�2008) (42�U.S.C.�6962(c)(3)(A)(ii)). (Not applicable to the�acquisition�of commercially available off-the-shelf items.) __�(ii)�Alternate�I�(MAY�2008)�of�52.223-9�(42�U.S.C.�6962(i)(2)(C)). (Not applicable to the�acquisition�of commercially available off-the-shelf items.) __�(38)�52.223-11,�Ozone-Depleting Substances�and�High Global Warming Potential Hydrofluorocarbons�(JUN 2016) (E.O. 13693). __�(39)�52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners�(JUN 2016)�(E.O. 13693). __�(40)�(i)�52.223-13,�Acquisition�of EPEAT�-Registered Imaging Equipment�(JUN 2014)�(E.O.s 13423 and 13514). __�(ii)�Alternate�I�(OCT 2015)�of�52.223-13. __�(41)�(i)�52.223-14,�Acquisition�of EPEAT�-Registered Televisions�(JUN 2014)�(E.O.s 13423 and 13514). __�(ii)�Alternate�I (JUN 2014) of�52.223-14. __�(42)�52.223-15, Energy Efficiency in Energy Consuming Products (MAY 2020) (42�U.S.C.�8259b). __�(43)(i)�52.223-16,�Acquisition�of EPEAT�-Registered Personal Computer�Products�(OCT 2015)�(E.O.s 13423 and 13514). __�(ii)�Alternate�I�(JUN 2014)�of�52.223-16. _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 (JUN 2016) (E.O. 13693). __�(47)�(i)�52.224-3�Privacy Training�(JAN 2017)�(5 U.S.C. 552 a). __�(ii)�Alternate�I�(JAN 2017)�of�52.224-3. _X_�(48)�52.225-1, Buy American-Supplies�(NOV 2021)�(41�U.S.C.�chapter�83). __�(49)�(i)�52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act�(Dec 2022)�(�19 U.S.C. 3301 note,�19 U.S.C. 2112 note,�19 U.S.C. 3805 note,�19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 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�[Reserved] __�(iii)�Alternate�II�(DEC 2022)�of�52.225-3. __�(iv)�Alternate�III�(JAN 2021)�of�52.225-3. __�(50)�52.225-5, Trade Agreements�(DEC 2022)�(19�U.S.C.�2501,�et seq.,�19�U.S.C.�3301�note). _X_�(51)�52.225-13, Restrictions on Certain Foreign Purchases�(FEB 2021)�(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. Subtitle A, Part V, Subpart G Note). __�(53)�52.226-4, Notice of Disaster or�Emergency�Area Set-Aside (NOV 2007) (42�U.S.C.�5150). __�(54)�52.226-5, Restrictions on Subcontracting Outside Disaster or�Emergency�Area (NOV 2007) (42�U.S.C.�5150). _X_�(55)�52.229-12, Tax on Certain Foreign�Procurements�(FEB 2021). __�(56)�52.232-29, Terms for Financing of Purchases of�Commercial Products�and�Commercial Services�(NOV 2021)�(41�U.S.C.�4505,�10�U.S.C.�3805). __�(57)�52.232-30, Installment Payments for�Commercial Products�and�Commercial Services�(NOV 2021)�(41�U.S.C.�4505,�10�U.S.C.�3805). _X_�(58)�52.232-33, Payment by Electronic Funds Transfer-System for Award Management�(OCT 2018)�(31�U.S.C.�3332). __�(59)�52.232-34, Payment by Electronic Funds Transfer-Other than System for Award __�(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�(NOV 2021)�(46 U.S.C. 55305�and�10�U.S.C.�2631). __�(ii)�Alternate�I�(APR 2003)�of�52.247-64. __�(iii)�Alternate�II�(NOV 2021)�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 products�and�commercial services: __�(1)�52.222-41, Service Contract Labor Standards�(AUG 2018)�(41�U.S.C.�chapter67). __�(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 for Contractor Workers Under Executive Order 14026�(JAN 2022). ���� __�(8)�52.222-62, Paid Sick Leave Under Executive Order 13706�(JAN 2022)�(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 products�or�commercial services. 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�(NOV 2021)�(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�(NOV 2021)�(Section 1634 of Pub. L. 115-91). (iv)�52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or Equipment.�(NOV 2021)�(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 Vete...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ba44f2aad544d33b53a9b7476916c38/view)
 
Record
SN06675368-F 20230510/230509121209 (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.