SOLICITATION NOTICE
42 -- Amkus Rescue Systems Extrication Equipment
- Notice Date
- 9/3/2024 9:50:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332216
— Saw Blade and Handtool Manufacturing
- Contracting Office
- FA2521 45 CONS LGC PATRICK SFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA252124QB166
- Response Due
- 9/10/2024 12:00:00 PM
- Archive Date
- 09/25/2024
- Point of Contact
- Linda Penuel, Phone: 3214947573, Cynthia Whittaker
- E-Mail Address
-
linda.penuel@spaceforce.mil, cynthia.whittaker@spaceforce.mil
(linda.penuel@spaceforce.mil, cynthia.whittaker@spaceforce.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- �� Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA252124QB166 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 This is 100% Set-Aside Small Business The North American Industry Classification System (NAICS) code for this project is 332216 with a size standard of 750 employees Brief Description:� Brand name Amkus Rescue Systems Extrication Equipment Salient Characteristics:� NFPA 1936 Compliant. ION IC750 Cutter: A compact, all-metal body cutter tool designed to access tight spaces and require less room on the apparatus. The iC750 is powerful, fast, and ready to respond. It is powered by a DEWALT� FLEXVOLT� 60 Volt battery that can be shared with other DEWALT tools like saws and drills. ION IS320 Spreader: A powerful, multi-use 32-inch spreader. By adding AMKUS� extended reach tips (ERT), the spread expands to 40�. The unit is also shipped with removable, aggressive gator tips. It's powered by a DEWALT� FLEXVOLT� 60 Volt battery that can be shared with other DEWALT tools likes saws and drills. ION ITR 500 Ram: A compact, all-metal body telescoping ram with the highest pushing force available in a battery powered unit. Powered by a DEWALT� FLEXVOLT� 60 Volt battery that can be shared with other DEWALT tools like saws and drills. Additional needed accessories: Extended reach tips, scene lighting, fast charger, additional FlexVolt batteries. 1 P/N IC750LB LONG BLADE ION CUTTER 1 each 2 P/N IS320LB LONG ARM ION SPREADER 1 each 3 P/N ITR500LB 50"" ION RAM NO BATTERIES OR CHARGER 1 each 4 P/N KS0029-KIT TIPS EXTENDED REACH KIT (1PAIR) 5 P/N SCNLGHT-KIT AMKUS FLEXVOLT SCENE LIGHTING KIT 3 each 6 P/N BATT12-KIT TWO 12 AMP-HR BATTERIES AND CHARGER 3 each 7 P/N ICHRG-4FAST FLEXVOLT BATTERY CHARGER - 120V (4 BAY FAST CHARGER) 3 each 8 ZMISCELLANEOUS User Maintenance and Operation Training Delivery - (2) 4-Hour Sessions at destination 1 each See Brand Name Justification Ship to address:�������� 45 CES/CEF ����������������������������������� 1311 Control Rd Bldg 1311 ����������������������������������� Patrick Space Force Base FL 32925 Shipping Method F.O.B. Destination shall be quoted for supplies to be delivered within the United States unless there are valid reasons to the contrary. Shipping cost should be included in the total quoted price. NOTE TO OFFERORS:� In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market.� Include your GSA contract number for items, as well as expiration date of the contract.� 2.� FAR Provision(s) in by full text: FAR Provision 52.212-1, Instructions to Offerors � Commercial Prodcuts and Commercial Services (Sep 2023) applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. (a)�North American Industry Classification System (NAICS) code and small business size standard.�The NAICS code(s) and small business size standard(s) for this�acquisition�appear elsewhere in the�solicitation. However, the small business size standard for a concern 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, or 150 employees for�information technology�value-added resellers under NAICS code 541519, 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; FA252124QB166 �����������(2)�The time specified in the solicitation for receipt of offers; ����������������������� RFQ due date: 10 Sep 24 RFQ due time:� 3:00 P.M. EST Email to 45CONS.PKB.email@us.af.mil and linda.penuel@spaceforce.mil If the receipt of offers date different from SAM Contract Opportunities; SAM Contract Opportunities has precedence. Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. Estimated Delivery Time: ____________ FOB (Select):� ____ Destination������������������� _____ Origin Shipping Cost included?� ____ Yes ������������� _____ No Quote expiration date: __________ (3)�The name, address, and telephone number of the offeror; Complete the following: Name: Address: Telephone Number: Email Address: UEI Number: Cage Code: *Number of Employees *Total Yearly Revenue Note:� * Information required determining size of business for the NAICS referenced above GSA # (If applicable to this acquisition) (4)� The quoter shall submit electronic technical quote that demonstrates the ability to meet requirements as specified in the RFQ.� The quote shall provide sufficient detailed information which demonstrates their technical capability, including product characteristics, installation services, design capability.� The technical quote shall address the length of time the vendor will require for completion and delivery of the item. (5)�Terms of any express warranty; (6)�Price and any discount terms:� The quote shall include a firm-fixed price for the scope of work in the bid schedule reference above; (7)��Remit to� address, if different than mailing address; (8)�A completed copy of the representations and certifications at FAR�52.212-3�(see FAR�52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9)�Acknowledgment of Solicitation Amendments; (10)�Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11)�If the offer is not submitted on the�SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; and (c)�Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d)�Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during pre-award testing. (e)�Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with�subpart� 4.10�of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f)�Late submissions, modifications, revisions, and withdrawals of�offers. (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 Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at�https://assist.dla.mil. (ii)�If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this�solicitation, a copy of specifications, standards, and commercial item descriptions cited in this�solicitation�may�be obtained from the address in paragraph (i)(1)(i) of this provision. (2)�Most unclassified Defense specifications and standards�may�be downloaded from the ASSIST website at�https://assist.dla.mil. (3)�Defense documents not available from the ASSIST website�may�be requested from the Defense Standardization Program Office by� (i)�Using the ASSIST feedback module (�https://assist.dla.mil/?feedback); or (ii)�Contacting the Defense Standardization Program Office by telephone at 571�767�6688 or email at�assisthelp@dla.mil. (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. As prescribed in�12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Products and Commercial Services�(Nov 2021) (a)� The Government intends to award a FFP contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the offer who is technically acceptable, provides the lowest price, and is deemed responsible. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. The following factors shall be used to evaluate offers: (i) Technical Acceptability, (ii) Price, and (iii) Past Performance. Technical acceptability: The government will evaluate quotes on the basis of whether or not the offer conformed to the submission instructions and minimum requirements identified in the solicitation to include completing 52.212-1(b)(1) thru (11) Price: The total evaluated price will include the total price of all line items. The price will be evaluated but not scored. The price evaluation will determine whether the proposed price is complete, fair, and reasonable in relation to the solicitation requirements. Schedule price reductions are requested. Past Performance: The government will evaluate past performance based on information obtained through Federal Awardee Performance and Integrity Information System (FAPIIS), Contractor Performance Assessment Reporting System (CPARS), and Supplier Performance Risk System (SPRS) databases or any other reasonable basis. Offerors with derogatory marks or terminations for default/cause will not be considered for award. (b) A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. (e)�A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 3.� FAR Provision in by reference: FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Mar 2024), with its Alternate I (Feb 2024) All vendors must be registered in System For Award Management at https://beta.sam.gov at the time quote is submitted.� The Government will not provide contract financing for this acquisition. �Invoice instruction shall be provided at time of award. 4.� FAR Clauses(s) in by full text: FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 23), applies to this acquisition with the following Addendum:� Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.� 5. FAR Clause in full text 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products�and�Commercial Services�(May�2024) (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 Covered Entities�(Dec 2023)�(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). (6)���52.233-3, Protest After Award�(Aug 1996)�(�31�U.S.C.�3553). (7)���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. 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.) __�(4)�52.203-17, Contractor Employee Whistleblower Rights�(Nov 2023)�(�41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community�see FAR�3.900(a). _X_�(5)�52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards�(Jun 2020)�(Pub. L. 109-282) (�31�U.S.C.�6101�note). __�(6)�[Reserved]. __�(7)�52.204-14, Service Contract Reporting Requirements�(Oct 2016)�(Pub. L. 111-117, section 743 of Div. C). __�(8)�52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts�(Oct 2016)�(Pub. L. 111-117, section 743 of Div. C). _X_�(9)�52.204-27, Prohibition on a ByteDance Covered Application�(Jun 2023)�(Section 102 of Division R of Pub. L. 117-328). __�(10)�52.204-28, Federal�Acquisition�Supply Chain Security Act Orders�Federal Supply Schedules, Governmentwide�Acquisition�Contracts, and Multi-Agency Contracts.�(Dec 2023)�(�Pub. L. 115�390, title II). __�(11)�(i)�52.204-30, Federal�Acquisition�Supply Chain Security Act Orders�Prohibition.�(Dec 2023)�(�Pub. L. 115�390, title II). __�(ii)�Alternate�I�(Dec 2023)�of�52.204-30. __�(12)�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). __�(13)�52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters�(Oct 2018)�(�41�U.S.C.�2313). __�(14)�[Reserved]. __�(15)�52.219-3, Notice of�HUBZone�Set-Aside or Sole-Source Award (Oct 2022) (�15�U.S.C.�657a). __�(16)�52.219-4, Notice of Price Evaluation Preference for�HUBZone�Small Business Concerns (Oct 2022) (if the�offeror�elects to waive the preference, it�shall�so indicate in its�offer) (�15�U.S.C.�657a). __�(17)�[Reserved] _X_�(18)�(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. __�(19)�(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. __�(20)�52.219-8, Utilization of Small Business Concerns (Feb 2024) (�15�U.S.C.�637(d)(2)�and (3)). __�(21)�(i)�52.219-9, Small Business Subcontracting Plan (Sep 2023) (�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 2023) of�52.219-9. __�(22)�(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. __�(23)�52.219-14, Limitations on Subcontracting (Oct 2022) (�15�U.S.C.�637s). __�(24)�52.219-16, Liquidated Damages�Subcontracting Plan�(Sep 2021)�(�15�U.S.C.�637(d)(4)(F)(i)). __�(25)�52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024) (�15�U.S.C.�657f). _X_�(26)�(i)�52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024) (�15�U.S.C.�632(a)(2)). __�(ii)�Alternate�I�(Mar 2020)�of�52.219-28. __�(27)�52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged�Women-Owned Small Business Concerns�(Oct 2022) (�15�U.S.C.�637(m)). __�(28)�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 (Oct 2022) (�15�U.S.C.�637(m)). __�(29)�52.219-32, Orders Issued Directly Under Small Business Reserves�(Mar 2020)�(�15�U.S.C.�644(r)). __�(30)�52.219-33, Nonmanufacturer Rule�(Sep 2021)�(�15U.S.C. 637(a)(17)). _X_�(31)�52.222-3, Convict Labor�(Jun 2003)�(E.O.11755). _X_�(32)�52.222-19, Child Labor-Cooperation with Authorities and Remedies�(Feb 2024). _X_�(33)�52.222-21, Prohibition of Segregated Facilities�(Apr 2015). _X_�(34)�(i)�52.222-26, Equal Opportunity�(Sep 2016)�(E.O.11246). __�(ii)�Alternate�I�(Feb 1999)�of�52.222-26. __�(35)�(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_�(36)�(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. __�(37)�52.222-37, Employment Reports on Veterans (Jun 2020) (�38�U.S.C.�4212). __�(38)�52.222-40, Notification of Employee Rights Under the National Labor Relations Act�(Dec 2010)�(E.O. 13496). _X_�(39)�(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). __�(40)�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.) __�(41)�(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.) __�(42)�52.223-11,�Ozone-Depleting Substances�and High Global Warming Potential Hydrofluorocarbons�(May�2024)�(�42 U.S.C. 7671,�et seq.). __�(43)�52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners�(May�2024)�(�42 U.S.C. 7671,�et seq.). __�(44)�52.223-20, Aerosols�(May�2024)�(�42 U.S.C. 7671,�et seq.). __�(45)�52.223-21, Foams�(May�2024)�(�42 U.S.C. 7671,�et seq.). _X_�(46)�52.223-23,�Sustainable Products and Services�(May�2024)�(�E.O. 14057,�7 U.S.C. 8102,�42 U.S.C. 6962,�42 U.S.C. 8259b, and�42 U.S.C. 7671l). __�(47)�(i)�52.224-3�Privacy Training�(Jan 2017)�(5 U.S.C. 552 a). __�(ii)�Alternate�I�(Jan 2017)�of�52.224-3. __�(48)�(i)�52.225-1, Buy American-Supplies�(Oct 2022)�(�41�U.S.C.�chapter�83). __�(ii)�Alternate�I�(Oct 2022)�of�52.225-1. __�(49)�(i)�52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act�(NOV 2023)�(�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�(Feb 2024)�of�52.225-3. __�(v)�Alternate�IV (Oct 2022) of�52.225-3. __�(50)�52.225-5, Trade Agreements�(NOV 2023)�(�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)�52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving�(May�2024)�(�E.O. 13513). __�(56)�52.229-12, Tax on Certain Foreign�Procurements�(Feb 2021). __�(57)�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). __�(58)�52.232-30, Installment Payments for�Commercial Products�and�Commercial Services�(Nov 2021)�(�41�U.S.C.�4505,�10 U.S.C. 3805). _X_�(59)�52.232-33, Payment by�Electronic Funds Transfer-System for Award Management�(Oct2018)�(�31�U.S.C.�3332). __�(60)�52.232-34, Payment by�Electronic Funds Transfer-Other than�System for Award Management�(Jul 2013) (�31�U.S.C.�3332). __�(61)�52.232-36, Payment by Third Party�(May�2014)�(�31�U.S.C.�3332). __�(62)�52.239-1, Privacy or Security Safeguards�(Aug 1996)�(�5�U.S.C.�552a). __�(63)�52.242-5, Payments to�Small Business Subcontractors�(Jan 2017)�(�15�U.S.C.�637(d)(13)). __�(64)�(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: [Contracting Officer�check as appropriate.] __�(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 Exec...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bb43d55e4ddb46bf8c6dce324809363a/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN07195820-F 20240905/240903230118 (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 |