Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SOLICITATION NOTICE

J -- Service Maintenance of Panic Alarm System at Navy Medical Center, San Diego

Notice Date
7/10/2023 3:09:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
HT941023Q2038
 
Response Due
7/10/2023 10:00:00 AM
 
Archive Date
07/25/2023
 
Point of Contact
DERNELL WADE, Gilberto Esteves
 
E-Mail Address
dernell.w.wade.civ@health.mil, gilberto.a.esteves.civ@health.mil
(dernell.w.wade.civ@health.mil, gilberto.a.esteves.civ@health.mil)
 
Description
NOTICE TO CONTRACTOR 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; quotations are being requested and a written solicitation will not be issued.� The solicitation number is HT941023Q2038.� It is issued as a Request for Quotation (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The North American Industry Classification System (NAICS) Code for this acquisition is 561621.� The size standard is $25.0 (millions of dollars). This solicitation is 100% set-aside for small business.� It is the contractor�s responsibility to be familiar with the applicable clauses and provisions.� Naval Medical Center San Diego (NMCSD) requests responses from qualified sources capable of providing Service Maintenance to the Panic Alarm System for the Mental Health Clinic. See attached Statement of Work for additional information See attached Wage Determination: Service Contract Act WD # 2015-5635 Period of performance: 1-Aug-2023 through 31-July-2024(base year) with four (4) option years LOCATION: Navy Medical Center, San Diego 34800 Bob Wilson Drive San Diego, CA 92134 Items required: CLIN 0001: BASE YEAR- Service Maintenance Services Maintenance�������������������������������������� Quantity:��������������������������������� Unit of Issue:�� Panic Alarm System���������������� ������������������������������� 4���������������������������������������������� ����Job Emergency Repair Services ����������������� �������������Quantity:��������������������������������� Unit of Issue:�� Panic Alarm System���������������� ������������������������������� 8�������������������� ������������������������������Job Period of performance: 1-Aug-2023 through 31-July-2024 CLIN 1001: Service Maintenance Services Maintenance�������������������������������������� Quantity:��������������������������������� Unit of Issue:�� Panic Alarm System���������������� ������������������������������� 4���������������������� ����������������������������Job Emergency Repair Services ����������������� �������������Quantity:��������������������������������� Unit of Issue:�� Panic Alarm System���������������� ������������������������������� 8�������������������������������������������������� Job Period of performance: 1-Aug-2024 through 31-July-2025 CLIN 2001: Service Maintenance Services Maintenance�������������������������������������� Quantity:��������������������������������� Unit of Issue:�� Panic Alarm System���������������� ������������������������������� 4�������������������������������������������������� Job Emergency Repair Services ����������������� �������������Quantity:��������������������������������� Unit of Issue:�� Panic Alarm System���������������� ������������������������������� 8���������������������������������������� ����������Job Period of performance: 1-Aug-2025 through 31-July-2026 CLIN 3001: Service Maintenance Services Maintenance�������������������������������������� Quantity:��������������������������������� Unit of Issue:�� Panic Alarm System���������������� ������������������������������� 4������������������������������������������� �������Job Emergency Repair Services ����������������� �������������Quantity:��������������������������������� Unit of Issue:�� Panic Alarm System���������������� ������������������������������� 8�������������������������������������������������� Job Period of performance: 1-Aug-2026 through 31-July-2027 CLIN 4001: Service Maintenance Services Maintenance�������������������������������������� Quantity:��������������������������������� Unit of Issue:�� Panic Alarm System���������������� ������������������������������� 4�������������������������������������������������� Job Emergency Repair Services ����������������� �������������Quantity:��������������������������������� Unit of Issue:�� Panic Alarm System���������������� ������������������������������� 8�������������������������������������������������� Job Period of performance: 1-Aug-2027 through 31-July-2028 Delivery/Acceptance location is 34800 Bob Wilson Drive San Diego, CA 92134. FBO Destination: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.�� DEFENSE BIOMETRIC IDENTIFICATION SYSTEM (DBIDS) (a) In accordance with CNICMEMO dated May 5, 2017, individuals currently using an NCACS credential for Installation access are required to switch to a DBIDS no later than 14 August 2017.� After 14 August 2017, the NCACS credential will no longer be valid for access to Navy Installations. (b) NCACS users may visit the local Navy Installation Visitor Control Center to obtain a DBIDS credential.� To ensure uninterrupted Installation access, current NCACS credential holders are encouraged to shift to the DBIDS credential as soon as possible as Navy does not have the ability to extend this deadline.� There are no fees incurred by the contractor, vendor, or supplier to obtain a DBIDS credential. (c) Individuals who apply for NCACS credentials during the period of 17 April through 31 May 2017 must also obtain DBIDS credentials.� NCACS credentials issued after 17 April 2017 will no longer be accepted without an accompanying DBIDS credential for Navy Installation access. (d) DBIDS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: https://www.cnic.navy.mil/om/dbids.html For more information or to enroll in the DBIDS Program call:� 1.202.433.4784.� For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (e) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. This acquisition incorporates by reference the following FAR provisions and clauses:� 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services � Representation (OCT 2020) 52.212-3 Offeror Representations and Certifications -- Commercial Items (JUN 2020) Contractors are reminded to either include a completed copy of 52.212-3 and its ALT I with quotes, or alternatively, the provision can also be submitted at https://www.sam.gov.� 52.212-4 Contract Terms and Conditions � Commercial Products and Commercial Services (NOV 2021) 52.217-5 Evaluation of Options (JUL 1990) 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) Additional contract terms and conditions applicable to this procurement are:� 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control Of Government Personnel Work Products (APR 1992) 252.204-7004 Antiterrorism Awareness Training for Contractors (FEB 2019) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors � Prohibition on Fees and Consideration (APR 2020) 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts) (JAN 2021) 252.247-7023 Transportation of Supplies by Sea�Basic (FEB 2019) The following provisions and clauses incorporated by full text apply to the solicitation: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) �(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 that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition� (1)Is set aside for small business and has a value above the simplified acquisition threshold; (2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (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. As a minimum,�offers�must show� (1)�The solicitation number; (2)�The time specified in the solicitation for receipt of�offers; (3)�The name, address, and telephone number of the offeror; (4)�A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5)�Terms of any express warranty; (6)�Price and any discount terms; (7)�""Remit to"" address, if different than mailing address; (8)�A completed copy of the representations and certifications at Federal Acquisition Regulation (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); and (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. (c)�Period for acceptance of�offers. The offeror agrees to hold the prices in its offer firm for 30 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 FAR�subpart� 4.10), or alternative�commercial products�or�commercial services�for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f)�Late submissions, modifications, revisions, and withdrawals of�offers. (1)�Offerors�are responsible for submitting�offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that�offers�or revisions are due. (2) (i)�Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of�offers�is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A)�If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of�offers; or (B)�There is acceptable evidence to establish that it was received at the Government installation designated for receipt of�offers�and was under the Government�s control prior to the time set for receipt of�offers; or (C)�If this solicitation is a request for proposals, it was the only proposal received. (ii)�However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3)�Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4)�If an emergency or unanticipated event interrupts normal Government processes so that�offers�cannot be received at the Government office designated for receipt of�offers�by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of�offers�will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5)�Offers�may be withdrawn by written notice received at any time before the exact time set for receipt of�offers. Oral�offers�in response to oral�solicitations�may be withdrawn orally. If the solicitation authorizes facsimile�offers,�offers�may be withdrawn via facsimile received at any time before the exact time set for receipt of�offers, subject to the conditions specified in the solicitation concerning facsimile�offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of�offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (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/). (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�www.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�www.sam.gov�for establishing the unique entity identifier. (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 products, the make and model of the product 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 Products and Commercial Services (NOV 2021) (a) 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. The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price. The source selection method is Best Value for the Government. The award will be made on the basis of the best value of proposals meeting or exceeding the acceptability standards for non-cost factors. FACTOR 1: Technical Capability; defined as the ability of the products to meet the salient characteristics needed in accordance with the Statement of Work (SOW). FACTOR 2: Past Performance; provide two (2) references with the point of contact name, telephone number, address, and contract number, for which you have provided the same or similar services within the last 3 years. Past performance will be evaluated based on references and information from authorized government past performance systems and resources. FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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) 52.212-5���� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (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) 52.233-3, 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: �[Contracting Officer check as appropriate.] ____ (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.�2402). ____ (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.) _XX___ (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). __XX__ (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) (i) 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] _XX _ (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). XX (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) 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)). XX (27) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). ____ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies�(JAN 2022)�(E.O.13126). XX (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). XX (30)(i) 52.222-26, Equal Opportunity (SEPT 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. ��� XX (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). XX (35)(i) 52.222-50, Combating Trafficking in Persons�(Nov 2021)�(�22�U.S.C.�chapter�78�and E.O. 13627). ____ (ii) Alternate I 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. XX (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. 552a). ____ (ii) Alternate I (JAN 2017) of 52.224-3. ____ (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�(NOV 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). XX (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. 2302 Note). ____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150 ____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150). ____� (55) 52.229-12, Tax on Certain Foreign�Procurements�(FEB 2021). ____ (56) 52.232-2...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad301ec5e00343efa61823e184f320a3/view)
 
Place of Performance
Address: San Diego, CA 92134, USA
Zip Code: 92134
Country: USA
 
Record
SN06741812-F 20230712/230710230045 (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.