Parking lot seal and coat, paint
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 announce... 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12661219Q0003 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. The associated NAICS code is 238990. THIS IS SMALL BUSINESS SET-ASIDE This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): sequencing: Each Contract Line Item Number (CLIN) must be addressed and priced separately in the quote Parking lot repair Multiple locations see scope for address 1. Project Title: "Parking lot seal and coat, paint" 2. Government Points of Contact a) Contracting Officer (CO): Connie Faulkner (701) 239-1213 connie.faulkner@usda.gov b) Occupational Health and Safety Representative: Ken Cushman (510) 559-6002 ken.cushman@usda.gov c) Engineer Project Manager (EPM)/Contracting Officer's Representative (COR): Mark McWilliams (970) 631-7513 mark.mcwilliams@usda.gov d) Location Monitor (LM): Pauleen Owen (435) 797-3071 pauleen.owen@usda.gov 3. Location: The site of work is located at the Poisonous Plant Research Laboratory, 1150 East 1400 North Logan, UT 84341 Site Visit: A site visit and inspection tour is required. Vendor will be notified of the exact time and date to attend the site visit. FAR 52.236-3; FAR 52.236-2 52.236-27 - Site Visit (Construction). (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Name: Pauleen Owen Address: 1150 East 1400 North, Logan, UT 84341 Telephone: (435) 797-3071 (End of Provision) 4. Scope of Service: The contractor shall provide all professional services necessary for the accomplishment of the contract project and such required services shall be in accordance with requirements as described herein. (a) The Contractor shall provide services for the following tasks marked by an "X". [X] Provide a technical and cost proposal to complete the project as per project requirements. [X] Provide and install all material to complete the project as per project requirements. 5. Project Requirements: Contractor shall furnish a technical and cost proposal to seal and coat parking lots demonstrated in section #7 below. The contractor shall provide a turn-key product including proper installation of all material and equipment per manufacturer's recommendations. (a) The contractor shall work with the site personnel to ensure project is accomplished in a timely manner. (b) Davis Bacon Wage Rates apply to all construction contracts in excess of $2,000. Employee payroll logs for the project will be required to verify application of accurate wage rates. (c) Projects in excess of $35,000 will require a bid bond. Additional, Payment and Performance bonds will be required for projects exceeding $35,000. Obtaining and the cost of these bonds is the responsibility of the Contractor. Contractor shall provide proof of Insurance. FAR 52.228-1. 6. Photos: #1 USDA Evans Farm Millville, UT ~ 13,030 sq ft - no parking lines ? #2 700 North 1100 East Logan, UT ~ 14,620 sq ft - you can see the parking lines from the photo 7. Description of Work: Forage and Range parking lot seal coating project SCOPE: 1. Rejuvenating seal coat of approximately 13,030 sq ft of asphalt located at USDA Evans Farm Millville UT. 2. Rejuvenating seal coat of approximately 14,620 sq ft of asphalt located at USDA 700 North 100 East Logan, UT. 3. Rejuvenating seal coat of approximately 18,630 sq ft of asphalt located at USDA Compound location, 1400 N. 800 E. Logan, UT. See attached site plans for areas, striping, and patches. Including any prep work of using a vacuum truck is required. Use asphalt conditioner similar to the Asphalt Systems Institute's Gilsonite Sealer-Binger Rejuvenator Emulsion, GSB-88, with the application rate of 0.10 gallons per square yard for dilution rate of 2:1; or 0.13 gallons per square yard for dilution rate of 1:1. Crack seal of cracks in asphalt, that includes cleaning of cracks prior to filling, with an air compressor. Numbers 2 & 3 require the repainting of all parking stalls and handicap symbols that are in place but can be of the same color. Poisonous Plant Research parking lot seal coating project SCOPE: Rejuvenating seal coat of approximately 104,700 sq ft of asphalt located at 1150 East 1400 North. Including any prep work of using a vacuum truck is required. Use asphalt conditioner similar to the Asphalt Systems Institute's Gilsonite Sealer-Binger Rejuvenator Emulsion, GSB-88, with the application rat of 0.10 gallons per square yard for dilution rate of 2:1; or 0.13 gallons per square yard for dilution rate of 1:1. Crack seal of cracks in asphalt, that includes cleaning of cracks prior to filling, with an air compressor. Repainting of all parking stalls and handicap symbols that are in place but can be of the same color. Parking stalls plan is attached. Option 1: Crack seal of joints between asphalt and concrete, that includes cleaning of cracks prior to filling, with an air compressor. 8. References & Standards: All construction shall comply with ARS Facilities Design Standards (ARS Manual 242.1, 5-01-12), ARS Energy, Water, and Sustainability Policy (ARS Policy & Procedures 134.2, 11-12-13), ARS Energy, Water, and Sustainability Policy Bulletin (ARS Policy & Procedures Bulletin 15-134.2), governing Building Codes, and all applicable local, regional, State, and Federal regulations. Where one or more Codes or regulations conflict, the more stringent shall apply. 9. Permits: Where governing regulations and imposed codes and standards require notices, permits, licenses, inspections, tests, and similar items or actions in order to lawfully proceed with the required work, the Contractor shall obtain items and take those actions in accordance with the regulations of the governing authority. The costs of such permits, licenses, inspections, etc., are the obligation of the Contractor. 52.236-7 -- Permits and Responsibilities (Nov 1991) -- The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. End of clause 52.246-13 -- Inspection -- Dismantling, Demolition, or Removal of Improvements (Aug 1996) (a) Unless otherwise designated by the specifications, all workmanship performed under the contract is subject to Government inspection at all times and places where dismantling or demolition work is being performed. The Contractor shall furnish promptly, and at no increase in contract price, all reasonable facilities, labor, and materials necessary for safe and convenient inspection by the Government. The Government shall perform inspections in a manner that will not unduly delay the work. (b) The Contractor is responsible for damage to property caused by defective workmanship. The Contractor shall promptly segregate and remove from the premises any unsatisfactory facilities, materials, and equipment used in contract performance, and promptly replace them with satisfactory items. If the Contractor fails to proceed at once in a workmanlike manner with performance of the work or with the correction of defective workmanship, the Government may by contract or otherwise, replace the facilities, materials, and equipment or correct the workmanship and charge the cost to the Contractor; and Terminate for default the Contractor's right to proceed. The Contractor and any surety shall be liable, to the extent specified in the contract for any damage or cost of repair or replacement. (End of Clause) 10. Existing Installations/Demolition: a) Contractor shall modify existing installations as needed to accommodate the new installation. Where applicable contractor shall coordinate demolition or modification of existing installations with the Owner. All disturbances of existing systems shall be thoroughly coordinated with the Owner to prevent disconnecting equipment that may potentially jeopardize in-progress research. b) The Owner reserves the right to retain any equipment or materials removed as part of this scope of work. The Contractor shall coordinate any equipment or materials to be retained with the Owner prior to starting demolition operations. The Contractor shall legally dispose all equipment or material removed that will not be retained. c) The contractor shall divert project waste to recycle where practical. The Contractor shall track and document the amount of waste diverted to recycle. The contractor shall submit diversion documentation as part of closeout. If no waste is diverted to recycle, the contractor shall submit a letter stating so and why diversion was not practical. 11. Submittals: a) Where applicable, contractor shall provide relevant illustrations, standard schedules, performance charts, instructions, brochures, diagrams, manufacturer descriptive literature, catalog data. b) The descriptive literature shall be annotated/highlighted to show its conformance with contract requirements. c) Submittals are required for all building materials and equipment and shall be provided to the CO and COR for review and approval. d) Contractor is responsible for any costs incurred for equipment ordered without prior approval. The Contractor shall submit for approval, shop drawings of all manufactured products required in the construction for which such drawings are hereinafter required. When approved, one set will be retained; one set forwarded to the Government representative on the job and two sets forwarded to the Contractor. When changes or corrections are necessary, two sets will be returned to the Contractor with such corrections noted thereon, and he shall resubmit revised prints. Shop drawings shall be marked with the contract number and Work Order Number, project description, name of the Contractor, and accompanied by a letter of transmittal. If the shop drawings show variations from the contract requirements because of standard shop practice or other reason, the Contractor shall make specific mention of such variations in his letter of transmittal. Approval of shop drawings will be general and will not relieve the Contractor from the responsibility of furnishing material and work required by the contract. Shop drawings shall be submitted for approval in ample time to permit checking of the drawings, allow the Contractor to make any corrections and resubmit drawings prior to the time construction is started on work covered by any drawings. Non-approval of equipment due to failure to meet specifications, or non-approval of the Contractor's drawings due to submission of incomplete or incorrect information cannot be considered as a basis for extension of time for completion of the contract. The quantity of shop drawings required are subject to change. This will occur only when the Government is under contract with an A-E firm to approve shop drawings. In this respect, A-E will coordinate final quantity required between all interested parties. 12. Quality Control: The work performed under this contract shall be subject to continuous audit by the COR. Quality control is the exclusive responsibility of the Contractor. 13. Temporary Facilities: a) Temporary utilities (water and electricity) may be furnished to the Contractor by the Government, if so requested. The Contractor shall maintain and protect all such utilities during the course of construction and shall repair or replace any items damaged through its own negligence. b) Should the Contractor require any power or utility shutdowns during construction, the Contractor shall obtain approval for such shutdown from the COR/ CO three (3) working days prior to the need. Failure by the Contractor to comply with this requirement will cause the Contractor to be subject to liability for actual damages. 14. Site Cleanup: The construction site shall be kept clean and free of debris at all times. Restore areas disturbed as nearly as possible to the original appearance and condition. Upon completion of the project, and prior to final inspection, the Contractor shall remove from the premises all unused material, trash, and debris resulting from the work to the satisfaction of the COR. 15. O&M Manuals a) O&M manuals shall be submitted upon completion and acceptance of the project. b) O&M manuals shall identify parts of the equipment for future procurement. 16. Training/Start-up/Commissioning: a) Contractor is responsible for start-up, testing, and commissioning of all installed systems. b) Contractor shall provide user training to cover all safe operation and preventative maintenance actions/frequencies/schedules of equipment included in this solicitation. 17. Final Inspection: A final inspection shall be made only when all the materials have been furnished, all the work has been performed, and all the construction provided for by the contract in accordance with the terms and conditions has been completed. If, upon examination by the Contracting Officer and/or Government inspection personnel, the project is determined not sufficiently completed to have warranted a final inspection, the contractor may be charged with any additional cost of re-inspection when material and workmanship are not ready at the time specified by the Contractor for its inspection. a) The Contractor shall notify the Contracting Officer and Owner in writing 10 days prior to the date that the project will be ready for final inspection. An inspection of the project will be made by the Contracting Officer and Contractor at a mutually agreed upon time. COR and contractor shall compile a "punch list" prior to final acceptance of the installation and submit completed warranty documentation to manufacturer. 18. Warranty: a) In addition to any other warranties set out elsewhere in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect of equipment, material or design furnished, or workmanship performed by the Contractor or any of his subcontractors or suppliers at any tier. Such warranty shall continue for a period of one year from the date of final acceptance of the project. Under this warranty, the Contractor shall remedy at his own expense any such failure to conform or any such defect. In addition, the Contractor shall remedy at his own expense any damage to Government owned or controlled real or personal property, when that damage is the result of the Contractor's failure to conform to contract requirements or any such defect of equipment, material, workmanship, or design. The Contractor shall also restore any work damaged in fulfilling the terms of this clause. The Contractor's warranty with respect to work repaired or replaced hereunder will run for one year from the date of such repair or replacement. b) Contractor shall warrant all newly installed condensing boiler piping for a period of 10 years against any corrosion. 19. Notification and Compliance: The Government shall notify the Contractor in writing within a reasonable time after the discovery of any failure, defect, or damage. Should the Contractor fail to remedy any failure, defect, or damage within a reasonable time after receipt of notice thereof, the Government shall have the right to replace or repair and have the cost billed to the Contractor. 20. Latent Defects: a) The Warranty specified herein shall not limit the Government's rights with respect to latent defects, gross mistake, or fraud. 21. Acceptance: a) Upon satisfactory submittal of the above documents the Contracting Officer shall issue to the Owner a certificate recommending final acceptance of the project. Minor unfinished items of work may be listed on the certificate and accepted from final acceptance. A sum sufficient to cover the cost of completing these unfinished items of work will be withheld by the Owner from the final payment. All other funds including retainage shall be due and payable upon receipt by the Owner of the Contracting Officer's certificate. Upon certification by the Contracting Officer that the items of work have been completed, all monies withheld by the Owner shall be due the Contractor. 22. FINAL ACCEPTANCE Upon written notification that all deficiencies identified during the final inspection have been corrected, the Contracting Officer will schedule a final acceptance inspection of the work. If all construction required by the contract is determined to be complete and all requisite contract deliverables (e.g., certified payroll records, operation & maintenance manuals, as-built drawings, warranty documents, etc.) have been submitted and approved by the Government, the Contracting Officer shall notify the Contractor in writing of such acceptance. Acceptance shall be final and conclusive except for latent defects, fraud, gross mistakes amounting to fraud, or the Government's rights under any warranty or guarantee. 23. MAXIMUM WORKWEEK - CONSTRUCTION SCHEDULE (SUPPLEMENT) The following applies to all work performed on Government-owned property: WORKWEEK REGULAR HOURS: The maximum regular workweek that will be approved is Monday through Friday, 8 AM to 5 PM., not to exceed 40 hours per week. The contractor's proposed hours of work are to include daily starting and stopping times. Listed below are official Government holidays: New Year's Day January 1* Martin L. King Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4* Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11* Thanksgiving Day Fourth Thursday in November Christmas Day December 25* *In accordance with Federal regulations, if these holidays fall on a Saturday, the holiday will be observed on Friday, if Sunday, holiday will be observed on Monday. The contractor will be required to follow Government procedures for any unscheduled shut down of the Government installation due to weather conditions, security, Government identified emergency health and safety evacuation, etc. SEVERE WEATHER WARNING REQUIREMENTS: When a severe weather warning has been issued for the area in which construction is being performed, the contractor shall immediately take action to tie down, or otherwise secure structures, materials, and equipment on the job site that could become airborne as a result of strong winds, thunderstorms, rain or other weather related conditions, including protection from extreme or extended periods of cold or heat. These requirements are applicable 24 hours a day, 7 days a week. WORK OUTSIDE REGULAR HOURS: If the contractor desires to work outside regular hours, or on Saturday, Sunday, or Federal legal holidays, he shall submit a written request to the CO/COR 5 working days in advance to allow ample time for approval or disapproval and to enable satisfactory arrangements to be made for security, safety, and inspecting the work progress. In cases where the contractor receives approval to work outside of normal working hours for his convenience, cost incurred by the contractor for overtime and additional cost incurred by the Government for services including inspection costs shall be borne by the contractor. 24. WAGE DETERMINATION In the performance under this Contract, the Contractor shall comply with the requirements of the applicable U.S. Department of Labor General Wage Decision for the location, including all modifications. See attachment for the applicable Wage Decision. 25. COOPERATION WITH OTHER CONTRACTORS During the period of construction for the work covered by this contract, other contractors performing work for the Government may be operating concurrently at the site. To minimize interference and delay to the construction progress of all concerned, all contractors shall cooperate with each other and coordinate their construction operations to the fullest extent. As far as practicable, all contractors performing work for the Government at the site shall have equal rights to the use of all referenced facilities. In a dispute regarding the use of such facilities, the matter shall be referred to the Contracting Officer. 26. PROPERTY DAMAGE LIABILITY INSURANCE The Contractor shall ensure that the property damage liability insurance policy (or rider) required by FAR 52.228-5, Insurance--Work on a Government Installation, is in full compliance with all the terms and conditions of this contract. The policy shall not contain any exclusions or exceptions that would limit or adversely affect the Government's rights and remedies under any other clause in this contract or other Federal regulation or law. Should there be any exclusions or exceptions contained in the policy that limits or adversely affects the Government's rights, the Contractor shall be responsible for the full amount of any damages that occur to the immediate facilities, adjacent facilities/property, and other Government property under the control of the Contractor due to fraud, negligence, vandalism, willful misconduct, or violation of Federal, state, or local safety regulations, building codes and laws. The Contractor shall have full responsibility and is liable for these facilities and properties until the Government has accepted the contract as being completed in full and a release from claims has been received from the Contractor. For those areas where the Government has taken "beneficial occupancy" prior to completion and acceptance of the whole contract, the contractor shall not be responsible for those specific areas under Government control, except in such instances where damage occurs to those areas as a result of negligence, fraud, vandalism, willful misconduct, or violation of Federal, state, or local safety regulations, building codes, or laws in those areas under the control of the Contractor. This liability and responsibility include the activities of all the Contractor's personnel, their subcontractors and suppliers. 27. SUBCONTRACTORS, OUTSIDE ASSOCIATES AND CONSULTANTS Any subcontractors, outside associates or consultants required by the Contractor in connection with the services covered by the contract will be limited to individuals or firms that were specifically agreed upon during negotiations or identified at or before the time of the Preconstruction meeting. The Contractor shall obtain the Contracting Officer's written consent before making any substitution for these individuals or firm. 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.242-14 -- Suspension of Work (Apr 1984) 52.242-15 -- Stop-Work Order (Aug. 1989) 52.204-19 - Incorporation by Reference of Representations and Certifications (Dec 2014) 52.236-1 -- Performance of Work by the Contractor (Apr 1984 52.236-5 -- Material and Workmanship (Apr 1984) 52.236-9 -- Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984) 52.236-12 -- Cleaning Up (Apr 1984) 52.236-17 -- Layout of Work (APR 1984) 52.204-12 -- Data Universal Numbering System Number Maintenance (Oct 2016) 52.204-13 -- System for Award Management Maintenance (Oct 2018) 52.204-23-- Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.222-27 -- Affirmative Action Compliance Requirements for Construction (Apr 2015) 52.222-55 -- Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-62 -- Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-5 -- Pollution Prevention and Right-to-Know Information. (May 2011) 52.227-4 -- Patent Indemnity -- Construction Contracts (Dec 2007) 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-1 -- Disputes (May 2014) 52.233-3 -- Protest after Award (Aug. 1996) 52.233-4 -- Applicable Law For Breach Of Contract Claim (OCT 2004) 52.249-2 -- Termination for Convenience of the Government (Fixed-Price) (APR 2012) 52.253-1 -- Computer Generated Forms (JAN 1991) 52.209-2-- Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015). DUPLICATION OF COST The offeror represents and certifies that any changes contemplated and included in its estimate of cost for performance are not duplicates of any charges against any other Government contract, subcontract, or other Government source. 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a firm fixed contract resulting from this solicitation. (End of Provision) 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items. (Jan 2019) 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: 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)). 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). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 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 (Sept 2006), 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 (Oct 2015) (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 (Oct 2018) (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 (Oct 2015) (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 HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). (ii) Alternate I (Nov 2011) of 52.219-3. (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (ii) Alternate I (Jan 2011) of 52.219-4. (13) [Reserved] _X_ ___(14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011). (iii) Alternate II (Nov 2011). (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-7. (iii) Alternate II (Mar 2004) 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 (Aug 2018) (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 (Nov 2016) of 52.219-9. (v) Alternate IV (Aug 2018) of 52.219-9. (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (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 (Nov 2011) (15 U.S.C. 657f). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (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 (Dec 2015) (15 U.S.C. 637(m)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (ii) Alternate I (Feb 1999) of 52.222-26. (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ii) Alternate I (July 2014) of 52.222-35. (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ii) Alternate I (July 2014) of 52.222-36. (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (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). ___ (34) 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.) (35) (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.) (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). (38) (i) 52.223-13, Acquisition of EPEATĀ® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 (i...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »