Inyo NF Trailhead Toilet Cleaning and Trash Removal
The Department of Agriculture, US Forest Service, Central California Acquisition Services Area Inyo National Forest has a requirement for vault toilet cleaning & trash removal to be performed at trail... The Department of Agriculture, US Forest Service, Central California Acquisition Services Area Inyo National Forest has a requirement for vault toilet cleaning & trash removal to be performed at trailhead recreation sites located in the Inyo National Forest. This is a combined / 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. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://acquisition.gov/far. This is solicitation no. 129JGP19Q0043 a Request for Quotations (RFQ) and is a 100% Total Small Business Set-Aside. The NAICS code is 561720 - Janitorial Services. The size requirement for this NAICS code is $18 million. The government intends to award a Firm Fixed Price Contract with a Base and two option years. **CHANGE** Vendors can quote on some or all locations. Please specify which line items and/or locations you are willing to provide service. Award may be made to more than one vendor. This RFQ response date has been extended to May 20, 2019. Closing date of Solicitation is: 1 May 2019 Projected Award Date is: Extended to May 24, 2019 B-1 Trailhead Toilet Cleaning and Trash Removal at Inyo NF Recreation Sites, Base year: ______________ Option year 1: $ _______________ Option year 2: $ _______________ Total: $ _______________ AS PER THE GENERAL SPECIFICATIONS IN ATTACHMENT 1 AND THE FOLLOWING ADDITIONAL REQUIREMENTS: Contractor Responsibility: Except as otherwise specified under C-1.3 and 1.4, the contractor shall furnish the necessary personnel, supplies and transportation to perform the services and ensure that the designated areas present a clean, orderly and well-kept appearance. Estimated Start Date & Contract Time: Date/Time Base Period Option Year 1 Option Year 2 Start 06/01/2019 End 11/30/2019 06/01/2020-11/30/2020 06/01/2021-11/30/2021 Contract Time: 1 year, 185 days Estimated actual services per year and per site are attached. Services are estimated and may increase or decrease as weather/usage permits. Work is performed seasonally, between June and November. Licenses & Insurance Other: Worker's Compensation Insurance: The Contactor shall provide evidence of Worker's Compensation Insurance or a written explanation as to why the Contractor is exempt from the requirement. NOTE: The Contractor working alone is not required to carry the insurance. Definitions: Policing Area means checking an area thoroughly for debris, litter or other foreign matter over one inch in size, and properly disposing of it. DESCRIPTION OF SERVICES C-1 Scope of Work Description of Work: This contract provides for Janitorial services-toilet cleaning and trash removal to be performed on recreation facilities located on the Inyo National Forest. The contractor shall furnish the necessary personnel, supplies and transportation to perform the services and insure that the designated areas present a clean, healthy, orderly and well-kept appearance. The contractor shall furnish a work schedule to show approximately what time of day each of the recreation areas would be cleaned. The work schedule shall be given to the Contracting Officer Representative. Contractor Responsibility: The Contractor shall provide everything--including, but not limited to, all equipment, supplies, transportation, labor, and supervision--necessary to complete the project, except for that which the contract clearly states will be furnished by the Government. Restrictions on Work: A. Work cannot start before 7 A.M. and must finish by 4 P.M. B. Dates of service are limited to dates on Schedule B (Attachment 1). C. In accordance with the fire plan D. When the Contracting Officer (or designated representative) determines that adverse weather has made access too dangerous of that continued vehicular travel would cause unacceptable road damage. NOTE: The government assumes no responsibilities for any conclusions for interpretations made by the Contractor based on information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of a contract based on this solicitation, unless that understanding or representation in expressly stated in the contract. C-1.2 Project Location & Description Service locations are near CA Highway 395 between Mammoth, CA and Lone Pine, CA. Several locations are remote, see maps. Map 1 Shows location of toilet units in Bishop Creek. Map 2 Shows location of toilet units in Big Pine Creek. Map 3 Shows location of toilet units in Rock Creek. Map 4 Shows location of toilet units in McGee Creek. Map 5 Shows location of toilet units in Onion Valley and Whitney Portal areas. Maps showing the general vicinity and/or specific work areas are included in Attachment 1. Maps are general in nature and are not to be considered as definitively identifying locations. C-1.3 Supplies & Equipment Items furnished by the Contractor will include, but are not limited to the following: A. Vehicle large enough to carry supplies, equipment and adequate supply of water B. Brooms C. Mops - string type D. Sponges E. Rags F. Buckets G. Cleanser (Bio-Based product) H. Detergent/disinfectant (Bio-Based Product) I. Toilet brushes J. Plastic trash can liners (Containing at least 25% recycled post-consumer content) K. Toilet Paper C-1.4 Cleaning Services A. Cleaning toilets - stainless steel or plastic toilet riser interiors shall be cleaned with a toilet brush and appropriate cleanser. Toilet exteriors shall be cleaned with a toilet brush and appropriate cleanser. Toilet exteriors shall be cleaned using a detergent/disinfectant /odor eliminator. Excess solution and cleanser residue shall be wiped dry from seats and risers. B. Cleaning Walls - All interior and exterior walls shall be wiped clean of dirt, debris and writings. Spider webs and debris on ceilings and porch roof beams shall be removed whenever present. C. Cleaning floors - All floors and entry walk shall be kept clean of dirt, debris, writing stains, and heel marks. Sweep and mop the floors with a clean chemical solution of disinfectant and bleach. The debris obtained from the floor shall be deposited in a trash container or hauled off by the Contractor. Excess water/solution shall be removed from floors and exterior entry walk. D. Cleaning Doors - Doors shall be cleaned inside and out, of any dirt, debris, or writing. Doors shall not be propped open with rocks. Metal door stops with rubber tips or other approved devices may be used. E. Trash Containers - Trash from the plastic bags inside the trash containers located outside/inside the toilet room shall be emptied every service day and disposed of off-site. Plastic bags shall be replaced every service day. F. Toilet Paper - Check all toilet paper holders every service day to ensure that each roller has at least 1/4 roll on it and will move freely. No extra toilet paper rolls shall be left. All glued ends of new toilet paper rolls shall be loosened prior to installing in dispensers. Leave no loose ends showing from top of dispenser. G. Garbage Removal - Trash from the plastic bags inside the trash containers located in the Trailhead parking lots shall be emptied every service day and disposed of offsite. Plastic bags shall be replaced every service day. (Schedule of Items 4B & 5B) H. Pick-up trash from around the buildings 1. All trash and debris within a radius of ten feet of the toilet unit shall be picked up and deposited in the metal trash container located in the parking lot/recreation area or hauled off by the contractor. Trash and debris include, but are not limited to, bottles paper bags, bottle caps, or tabs, or other foreign matter more than one inch in diameter. C-1.5 Notification of Damage to Toilets A. The contractor shall notify the Contracting Officer Representative of any leaks, damage or breakage to any of the units being serviced. Notification shall be given as soon as possible and in no cases longer than 12 hours after discovery so that repair arrangements can be made. If damage poses a hazardous or unsafe condition, the Contractor shall lock the unit. C-1.6 Contractor's Vehicle A. The Contractor's vehicle shall be pulled off the road enough to allow traffic to pass. Parking spaces shall not be used by the contractor nor his equipment. Maximum speed limit in parking lots/recreation areas is TEN (10) miles per hour and is to be observed by the Contractor and his employees. See Fire plan for additional requirements. C-1.7 Conduct of Personnel A. The Contractor and his employees shall make every reasonable effort to prevent interference with the normal use and occupancy of parking lots/recreation areas while engaged in the performance of the contract. B. Due to the nature of the duties under the contract, the Contractor and his employees are always expected to keep themselves and equipment presentable. The Contracting Officer may, in writing, require the Contractor to remove from the work any employee the Contracting Officer deems incompetent, careless, and otherwise objectionable or for theft, possession and or removal of materials, supplies, equipment or any Government-owned property. C. Gambling: The Contractor shall not participate in games for money or personal property while on Government Property. D. Alcoholic Beverages and Narcotics: The contractor shall not be under the influence of, use, or be in possession of any narcotic drug, hallucinogenic, marijuana, barbiturate, amphetamine, or alcohol while entering on or on Government Property. The prohibition shall not apply in cases where the drug being used as prescribed for a patient by a licensed physician. E. Soliciting or Vending: The contractor shall not solicit or sell any items while on Government property. F. Use caution in populated areas and comply with speed limits while driving on forest service roads. G. Personnel: The contractor shall provide personnel who are qualified to use the Contractor's equipment and whose appearance is clean and orderly. Personnel not acceptable to the Government shall, upon written notice by the COR, be replaced with satisfactory personnell within 48 hours after such written notice. C-1.8 Technical Requirements A. Contractor is responsible for proper disposal of garbage off site of National Forest lands. B. Contractor must meet all state and local requirements for garbage removal and disposal services, including but not limited to state, local and federal requirements for recycling throughout contract period. C-1.9 Quality Control The contractor shall implement a quality control program to assure performance standards in the contract are being consistently met or exceeded. A written quality control plan addressing all aspects of the contractor's custodial operations and procedures will be provided to the Contracting Officer within 10 days after start of contract. The plan shall also describe how the contractor will utilize its quality control to foster optimum customer service. C-1.10 Bio-based products Bio-based products that are designated for preferred procurement under USDA's Bio-Preferred program must meet the required minimum bio-based content as stated in the USDA Final Rule available at www.biopreferred.gov. The Contractor should provide data for their bio-based products such as bio-based content. Products can also be found and compared at http://www.greenseal.org/findaproduct/index.cfm or comparable sites. In addition to the bio-based products designated by the U.S. Department of Agriculture in the Bio-Preferred Program, the Contractor is encouraged to use other bio-based products. The Contractor shall submit with the initial proposal a complete list of bio-based products, indicating the name of the manufacturer, cost of each material, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract. The Contractor shall list volume to be used and total cost for each individual product. This information will be used for reporting purposes. C-1.11 Government Quality Assurance Plan 1. Removal of all materials including human waste, trash, and debris. 2. Toilet building floors shall be cleaned of all spilled material using a ten percent disinfectant approved by the Government. Floors and surrounding areas shall be free of standing water. 3. Ceilings and other surfaces are free of cobwebs 4. Toilet risers, seats and lids shall be free of spilled materials and deposits. Toilet, riser, seats shall be Cleaned using disinfecting solution approved by the government - 5. Walls shall be cleaned by hand (pressure washer is not to be used) as needed to remove deposits. 6. Trucks shall not be rinsed or cleaned on National Forest land 7. Should any release of septic material occur, the contractor is responsible for immediately notifying the contracting officer's representative and the contracting officer. Should any release of septic materials of 5 gallons occur, it is the contractors' responsibility to immediately contact the appropriate Hazardous Materials officials for remediation and immediately contact Owens Valley Interagency Dispatch (760) 873-2488, for required actions. 8. Complete the field operations invoice stating how many gallons and trash bags were removed from the corresponding location. Also see USDA "Cleaning Recreation sites" manual #2300 - Recreation, December 1995, 9523 1206-SDTDC C-1.12 Hours & Frequency of Work 1. Orders will be issued by FAX to the Contractor's office. 2. The Contractor will provide date and time when work will start 3. The Contractor will meet a government inspector at a specified location and time. 4. All invoices must be submitted through IPP (Invoice Processing Platform) at www.ipp.gov 5. Work under this contract shall be performed between the hours of 7:00a.m. and 6:00 p.m. 6. Toilets shall be serviced within 5 calendar days following request. 7. Services shall be performed as directed by the Contracting Officer's Representative as needed. C-1.13 Public Safety All Contractor supplied equipment will be safe for use in public areas and will not leak any oil or other vehicle fluids or any effluent from hoses, fittings, or tank. The Contractor will place hazard cones when working in the toilets and impeding vehicular traffic. ____________________________________________________________________________________________ QUOTES Government Contracting Contact: Gloria Trahey (530) 543-2612, e-mail: gloria.trahey@usda.gov. Submission of Quotes: The response date is May 20, 2019, no later than 3:00 pm. PST. Quotes can be E-mailed to Gloria Trahey at gloria.trahey@usda.gov. or sent by facsimile to 530-543-2830. It is the contractor's responsibility to obtain confirmation receipt. Contact Gloria Trahey at (530) 543-2612 to confirm delivery receipt. Quotes may be mailed/hand carried to LTBMU, Attn: Gloria Trahey, LTBMU, 35 College Drive, South Lake Tahoe, CA, 96150. The minimum information required in the quote is as follows: 1. Solicitation Number 2. Company Name, POC Name, Address, Phone, and Email on company business letterhead or form. 3. Detailed Pricing (See Attachment 1, Schedule B). 4. Detailed specifications addressing all government requirements. (Attachment 1, Capabilities document or equivelant) 5. Affirmation of Active account in SAM (DUNS number) 6. Completed AGAR 452.209 -70 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction (deviation 2012-01) alternate 1 (FEB 2012) 7. Acknowledgement of any Solicitation amendments Evaluation of Quotes Award will be made to the responsible offeror whose offer conforming to the solicitation is determined to be most advantageous to the government based on an evaluation of the following factors: price, relevant experience, past performance, and planned use of bio-based products. Responsible sources may submit an offer which will be considered by the government. In accordance with FAR 4.1102(a), prospective contractors must be registered in the System for Award Management (SAM) database prior to award of a contract. Lack of registration in SAM on the part of the offeror will render an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by visiting www.sam.gov PROVISIONS AND CLAUSES The contractor shall comply with the following FAR clauses (current revision) which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: (full text of all provisions and clauses to be found at: http://acquisition.gov/comp/far/loadmainre.html ) The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective Jan 22, 2019: Solicitation Provisions: 52.212-1 Instructions to Offerors-Commercial Items (Oct 2018) 52.212-2 Evaluation-Commercial Items. (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Relevant Experience Past Performance Planned use of bio-based products. Relevant experience and past performance, when combined, are approximately equal to cost or price; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications--Commercial Items (Oct 2018) must be completed where applicable and included with your offer and include: Addenda to FAR 52.212-3: AGAR 452.209 -70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) ALTERNATE 1 (FEB 2012) (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ] or is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ] or has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ] or has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ] or does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Contract Clauses: 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2018) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Oct 2018) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 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: ___ (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] _XX__ (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. _XX__ (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). _XX__ (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)). _XX__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _XX__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). _XX__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _XX__ (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). _XX__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (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 EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (41) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _XX__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). ___ (ii) Alternate I (Jan 2017) of 52.224-3. _XX__ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _XX__ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (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 (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (50) 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). ___ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _XX__ (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332). ___ (56) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). ___ (60) (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: ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) XX (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.). ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (4) 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). ___ (5) 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). ___ (6) 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). ___ (7) 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). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.222-62, Paid Sick Lea...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »