Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2024 SAM #8263
SOLICITATION NOTICE

S -- GLASS TOWEL DELIVERY SERVICE

Notice Date
7/10/2024 10:23:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339424Q0041_24-SIMACQ-E80-0002
 
Response Due
7/18/2024 3:00:00 PM
 
Archive Date
08/02/2024
 
Point of Contact
Ruben A. Velasquez, Phone: 8052280428
 
E-Mail Address
ruben.velasquez@navy.mil
(ruben.velasquez@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS � General Information: Document Type:Combined Synopsis/Solicitation Solicitation Number:�N63394-24-Q-0041 Posted Date: 06/01/2024 Original Response Date: 06/18/2024 Revised Response Date: 07/03/2024 Revised Response Date:�07/11/2024 Revised Response Date:�07/18/2024 Product or Service Code:�812331 Set Aside:�Total Small Business Set Aside NAICS Code:�S209 Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Place of Delivery Address: Delivery and Pickup Address: NMCPAC CWD Unit Seal Beach 800 Seal Beach Blvd. Seal Beach, CA 90740 Bldg. 907 Contract Type: Firm-Fixed-Price Method of issue: Delivery Requirement: October 1, 2024 Method of Shipping: FOB Destination Description: 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is a request for quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120 which has a small business size standard of 1,250. The NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION is seeking the following requirement; DESCRIPTION OF PRODUCT or SERVICES Description: GLASS TOWEL DELIVERY SERVICE � � � � � �Quantity: 12 � � � � � �Unit:������� Month � � � � � �Unit Price: � � � � � �Refer to Statement of Work (SOW). � � � � � �250 glass towels usage, per week,�no charge for 2 laundry bags,no charge for 1 laundry rack,waiving ancillary fees � � � � � �(service charge of 15%),�on a weekly delivery service (per towel price, 50% inventory pricing). � � � �2. Description: GLASS TOWEL DELIVERY SERVICE (Option Year One)� � � � � � �Quantity: 12 � � � � � �Unit:������� Month � � � � � �Unit Price:� Refer to Statement of Work (SOW). 250 glass towels usage, per week,�no charge for 2 laundry bags,�no charge for 1 laundry rack, waiving ancillary fees (service charge of 15%),�on a weekly delivery service (per towel price, 50% inventory pricing). 3.� Description: GLASS TOWEL DELIVERY SERVICE (Option Year Two)� � � �Quantity: 12 � � �Unit:������� Month � � �Unit Price: � � �Refer to Statement of Work (SOW). � � �250 glass towels usage, per week,�no charge for 2 laundry bags,�no charge for 1 laundry rack, � � �waiving ancillary fees (service charge of 15%),�on a weekly delivery service (per towel price, 50% inventory pricing). � � �4.� Description: GLASS TOWEL DELIVERY SERVICE (Option Year Three)� � � � � � Quantity: 12 � � � � � �Unit:������� Months � � � � � �Unit Price: � � � � � Refer to Statement of Work (SOW). � � � � � 250 glass towels usage, per week,�no charge for 2 laundry bags,�no charge for 1 laundry rack, � � � � � waiving ancillary fees (service charge of 15%),�on a weekly delivery service (per towel price, 50% inventory pricing).� � � � 5.� Description: GLASS TOWEL DELIVERY SERVICE (Option Year Four)� � � � � � �Quantity: 12 � � � � � �Unit:������� Months � � � � � �Unit Price: � � � � � � �Refer to Statement of Work (SOW). � � � � � � �250 glass towels usage, per week,�no charge for 2 laundry bags,�no charge for 1 laundry rack, � � � � � � �waiving ancillary fees (service charge of 15%),�on a weekly delivery service (per towel price, 50% inventory pricing). STATEMENT OF WORK NMCPAC CWD UNIT SEAL BEACH GLASS TOWEL DELIVERY SERVICE Background: Production employees are requiring glass towels to clean dual thrust rocket motors, autopilot battery unit, target detective device, safe and arming device, Steering control, Guidance section, and many missile components, and canisters, which hold the missile. Canisters are the greatest requirements for glass towel usage. Production shop uses about 9-12 glass towels per canister and production personnel do about 80 canisters per month. In addition, ordnance employees are in constant need of glass towels to keep the missiles in clean state before it goes into the can. Scope: The government requires a weekly delivery service of 250 glass towels. Contractor will furnish an inventory of 500 towels to begin the service and then deliver 250 towels weekly. Contractor will pick-up soiled towels at time of delivery. The preferred delivery day of week is Wednesday. The production shop is closed on Saturday, Sunday and Monday. There are 52 delivery weeks in a year. Glass Towel Specifications: Width: 15� Length: 30� Weave Type: Plain Cloth Weight: 5 oz. per square yard Stripe: Any color is acceptable Disposability: Non-Disposable Washable Material: Cotton Other Information: Lint Free Arrangement: Government Representatives Herbert West or Craig Thomas are responsible to ensure delivery contractor has the forms needed to gain base access. Base Access: ALL contractors entering the base must be able to pass a background check through identity proofing and vetting by submitting a completed SECNAV 5512 form to Naval Weapons Station Seal Beach Pass & ID office via Government representative and provide two forms of valid government issued IDs. SECNAV 5512 form and List of Acceptable IDs can be provided by Government representative. Delivery and Pickup Address: NMCPAC CWD Unit Seal Beach 800 Seal Beach Blvd. Seal Beach, CA 90740 Bldg. 907 Delivery and Pickup Days: Wednesday between the hours of 7:00 a.m. and 3:00 p.m.��� ���� INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 07/18/2024.� No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Ruben Velasquez at ruben.a.velasquez2.civ@us.navy.mil . It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 07/18/2024 3:00 P.M. PACIFIC STANDARD TIME. All changes to the requirement that occur prior to the closing date will be posted to Beta.Sam. It is the responsibility of interested vendors to monitor Beta.Sam for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Additionally, please provide the following information: Vendor Administrative information: CAGE Code? Dun & Bradstreet #: Tax ID# (if applicable)? GSA Contract Number (if applicable)? Country where items are manufactured (if applicable)? Lead Time or Period of Performance? Shipping Charges (if applicable)? Is your company the OEM or proprietary for these products? Company Size (large or small)? Do you have distributors (if applicable)? Are the items quoted available on a commercial, published, or on-line price listing? Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)? Price Breakdown.� The quote shall include: Item Description, Unit Cost, Quantity, and ����� Subtotal.� The Quote shall reflect an all-inclusive price (e.g., includes delivery cost). � � � Statement that the quotes are good for at least 60 calendar days. The following factors will be used to evaluate quotes: Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors Lowest Priced, Technically Acceptable.� The government will evaluate information based on the following evaluation criteria: (1) Price.� Total price will be evaluated. (2) Technical Capability.� The Vendor�s technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation.� Technical capability will receive an �acceptable� or �not acceptable� rating.� (3) Past performance. Will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web-based sources in accordance with DFARS 213.106-2 and 252.213-7000. Adjectival Rating Description Acceptable:� Based on the Offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Unacceptable: Based on the Offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html APPLICABLE SOLICITATION PROVISIONS FAR 52.204-7 System for Award Management FAR 52.204-8 Annual Representations and Certification FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-20 Predecessor of Offeror FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-22 Alternative Line Item Proposal FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 Covered Telecommunications Equipment or Services � Representation FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation FAR 52.209-4 First Article Approval � Government Testing FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.217-6 -- Option for Increased Quantity. FAR 52.219-1 Small Business Program Representations FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-46 Evaluation of Compensation for Professional Employees FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation. FAR 52.225-18 Place of Manufacture FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 Alternate A- System for Award Management DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements APPLICABLE CONTRACT CLAUSES FAR 52.204-13 System for Award Management Maintenance FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certification FAR 52.209-4 First Article Approval � Government Testing FAR 52.211-6 Brand Name or Equal FAR 52.212-4 Contract Terms and Conditions � Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items FAR 52.217-6 -- Option for Increased Quantity. FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.243-1 Changes-Fixed Price FAR 52.244-6 Subcontracts for Commercial Items FAR 52.246-1 Contractor Inspection Requirements FAR 52.246-16 Responsibility for Supplies FAR 52.247-34 F.O.B. Destination FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price) FAR 52.249-8 Default (Fixed-Price Supply & Service) FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.211-7008 Use of Government - Assigned Serial Numbers DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.231-7000 Supplemental Cost Principles DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.246-7008 Sources of Electronic Parts DFARS 252.247-7023 Transportation of Supplies by Sea 52.212-5���� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2021) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) �___�� (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41 U.S.C. 3509). ____� (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___� (5) [Reserved] ___� (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___� (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ �(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUB Zone Set-Aside or Sole-Source Award (MAR 2020) (15 U.S.C. 657a). ____� (ii) Alternate I (MAR 2020) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (MAR 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (MAR 2020) of 52.219-4. ____ (13) [Reserved] ____ (14)(i)� 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). ____ (ii) Alternate I (MAR 2020) of 52.219-6. ____ (15)(i)� 52.219-7, Notice of Partial Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). ____ (ii) Alternate I (MAR 2020) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i)� 52.219-9, Small Business Subcontracting Plan (JUN 2020) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (NOV 2016) of 52.219-9. ____ (iii) Alternate II (NOV 2016) of 52.219-9. ____ (iv) Alternate III (JUN 2020) of 52.219-9. ____ (v) Alternate IV (JUN 2020) of 52.219-9. ____ (18) (i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). ____ (ii) Alternate I (MAR 2020) of 52.219-13. ____ (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages�Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15 U.S.C. 657f). X (22) (i) 52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2)). ____� (ii) Alternate I (MAR 2020) of 52.219-28. ____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (MAR 2020) (15 U.S.C. 637(m)). ____ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (MAR 2020) (15 U.S.C. 637(m)). ____ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). ____ (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.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 (JAN 2020) (E.O. 13126). X (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). X (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. 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 (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (36) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (37)(i)� 52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). ____ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). ____ (40) (i) 52.223-13, Acquisition of EPEAT� Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). ____� (ii) Alternate I (OCT 2015) of 52.223-13. ____ (41)(i) 52.223-14, Acquisition of EPEAT� Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). ____�� (ii) Alternate I (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. 552a). ____ (ii) Alternate I (JAN 2017) of 52.224-3. ____ �(48) 52.225-1, Buy American--Supplies (JAN 2021) (41 U.S.C. chapter 83). ____� (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (JAN 2021) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (JAN 2021) of 52.225-3. ____ (iii) Alternate II (JAN 2021) of 52.225-3. ____ (iv) Alternate III (JAN 2021) of 52.225-3. ____ (50) 52.225-5, Trade Agreements (OCT 2019) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 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 (JUN 2020). ____ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (57) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (58) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) (31 U.S.C. 3332). ____ (59) 52.232-34, Payment by Electronic Funds Transfer�Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). ____ (60) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____� (61) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ____� (62)� 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). ____ (63)(i)� 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (APR 2003) of 52.247-64. ____ (iii) Alternate II (FEB 2006) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____ (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). _____ (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) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020) (E.O. 13658). _____ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).���� _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi)� 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67). (xiii) _____ (A) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020) (E.O. 13658).�� (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 252.232-7006 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 Work Flow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Pay...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/877e00b113b5406c9c97860ba6e301e1/view)
 
Place of Performance
Address: Seal Beach, CA 90740, USA
Zip Code: 90740
Country: USA
 
Record
SN07122917-F 20240712/240710230118 (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.