Lodging ORARNG Clackamas, OR
Action Code: Combined Synopsis/Solicitation Notice Class Code: V231 Subject: Lodging for Oregon Army National Guard - Oregon City, Oregon Solicitation Number: 11342907 Posted Date: 24 April 2019 Set-A... Action Code: Combined Synopsis/Solicitation Notice Class Code: V231 Subject: Lodging for Oregon Army National Guard - Oregon City, Oregon Solicitation Number: 11342907 Posted Date: 24 April 2019 Set-Aside: Total Small Business Response Date: 09 May 2019 @ 5:00 pm EST Contracting Office Address: United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 Place of Performance: USPFO for Oregon ATTN: USPFO-P, PO Box 14350 Salem, OR 97309-5047 US Description: 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. The solicitation number is 11342907 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 09 May 2019, 5:00 p.m. (EST). The RFQ may result in multiple firm fixed price contracts. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 721110. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: LODGING REQUIREMENT Location: Within 20 Miles of Oregon City, OR 97045 Check In: 31 May 2019 Check Out: 01 June 2019 Rooms Required: 35 Double Rooms CLIN 0001: Lodging YR Event June 1st, 2019 Provide 35 double rooms for 31 May 2019 per the standards below. CLIN 0002: CMRA 1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the National Guard Bureau (or your organization) via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2019. Contractors may direct questions to the help desk at http://www.ecmra.mil. 6.0.3 Unit Identification Code (UIC) for the Requiring Activity: W90KNA Nightly rate must be at or below DoD/Government/GSA rate for Clackamas, Oregon which is $172.00 per night. Standards: 1.0 Scope of Work 1.1. The contractor shall only furnish facilities, furniture, equipment, supplies, management, supervision, and labor for lodging accommodations to Soldiers and families of 1-186 IN BN who are attending training in the vicinity of Oregon City, OR 97045. No other U.S. Military Personnel will be covered by the scope of this document and contract. The dates of lodging stay are determined by the training dates set forth by the Oregon Army national Guard and are described in a lower section. 1.2. Provide smoke free double occupancy hotel rooms. The total number of Soldiers attending training may fluctuate and dependent upon the needs of the Army; however, it is estimated that lodging requirements will not exceed 70 persons. Ten (10) days prior to the arrival dates, the KO or COR will provide an initial lodging list of Soldier's names and room assignment to the contractor. At a minimum of five (5) days prior to the arrival dates, the KO or COR will notify the contractor of any updates to the lodging requirements. A minimum of one (1) day notification, prior to scheduled arrival, will be given of any cancellations without incurring a cancellation charge. Hotels must be within 10 mile radius of the Medford Armory. Contractor is authorized to use one or more partner hotels to accommodate total number of Soldiers and families. Should there be an issue with accommodating the number of Soldiers needing lodging. However, priority is for accommodating all personnel at one primary hotel. Exceptions require prior written approval by the KO, or their duly appointed representative. 1.3. Services may be required on other days than scheduled due to emergency situations, such as inclement weather and government shutdown. The KO will normally issue orders for required services in advance. Failure by the government to provide such advance notice or to modify the order once issued without providing additional notice will not be grounds for a claim for additional compensation by the contractor. Unscheduled services shall be at the same price as scheduled services. Contractors may not move Soldiers from one room to another without prior approval from the Oregon Army national Guard Representative. 1.4. The contractor shall provide a smoke-free lobby, breakfast area (free breakfast not required), and rooms. 1.5. Payment will be made for the actual number of rooms ordered, unless a room is canceled less than 24 hours prior to the scheduled arrival date. 1.6. Soldiers who arrive at the hotel on an earlier date than the scheduled arrival date or need to extend their stay beyond the set departure date will be responsible for all charges incurred prior to the scheduled arrival/departure dates (to include room charge). 1.7 Soldiers who need to depart at an earlier date than the scheduled departure date will not be responsible for any room charges incurred by the set departure date, nor the Government, providing at least 24 hour notice was provided to the lodging facility by the Soldier or other representatives of the Oregon Army National Guard. 1.8. Illegal Acts. The contractor shall not knowingly condone illegal acts on the premises of his/her establishment. 1.9. Liability. Each guest, not the Government, assumes liability for any damage caused by them. 1.10. Quality Assurance. The Government requires the contractor performance to equal commercially acceptable practices in regard to Quality Assurance. 1.11. The KO, or his duly appointed representative, may inspect the contractor's facilities for compliance with state and local health, sanitation, and fire prevention standards and to ensure that accommodations are being furnished in accordance with the contract. Inspections may be announced or unannounced. 1.12. Courtesy. The contractor's employees shall be courteous to all persons served under this contract. Courtesy and services rendered shall be equal to that rendered to any other customer and expected of any public lodging facility. 1.13 Federal government employees are exempt from state lodging taxes. Proof of federal employment will be provided upon check in. 1.14 We are unable to pay for parking. Please include in your quote if you will provide free parking for our guests. 2.0 Specific Tasks 2.1. All rooms will be double occupancy. The KO or COR will provide the Contractor a list of room assignments for Soldiers at least fifteen (15) days prior to the set arrival dates. The number of double occupancy rooms required will be defined by this list 2.2. In case of emergency, the contractor will be permitted to move Soldiers to another room, or extreme case, to another facility or hotel. This will be permitted on an emergency basis only and requires prior approval by the COR or KO. If the emergency is such that prior approval cannot be obtained, the contractor shall notify the KO or COR as early as possible on the following work day. Over booking by the hotel does not constitute an emergency. Examples of what constitutes an emergency are as follows: 2.2.1. Rooms become uninhabitable due to storm or fire damage. 2.2.2. Water or electricity not available in requested rooms 2.3. Provide accommodations, services, and privileges normally extended to any guest of the establishment shall also be given to Soldiers staying at the establishment. 2.4. Housekeeping. The contractor shall maintain a clean and healthy environment. The government requires, commercial health and safety standards be provided. 2.5. Fire and Safety. The contractor shall comply with all applicable federal, state, and local fire and safety codes and regulations. 2.6. Miscellaneous Services. 2.6.1. The government will not be responsible for any miscellaneous charges incurred by Soldiers. The contractor shall explain to each person that miscellaneous charges (such as telephone charges, pay-per-view movies, room service, meals, etc.) are not covered by the contract and will be charged to and paid by the individual. 2.7 Security. The contractor must provide security within commercial standards. Contracts will be awarded based on the following evaluation factors listed by priority: 1) Largest number of rooms available in one hotel. 2) Distance of rooms from location. 3) Combination of types of rooms which results in the lowest cost to the government. 4) Contracts will be awarded based on the number of quotes received, up to the number of personnel requiring lodging. Requirements for your quote: Please submit a quote for the number and types of rooms available for 31 May 2019 to include the price per room. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Third party quotes will not be considered. The Oregon Army National Guard intends to contract directly with a venue. Contracts will be awarded up to the number of personnel requiring lodging. WAGE DETERMINATION WD 15-5563 (Rev.-7) was first posted on www.wdol.gov on 01/01/2019 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-5563 Daniel W. Simms Division of | Revision No.: 7 Director Wage Determinations| Date Of Revision: 12/26/2018 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ States: Oregon, Washington Area: Oregon Counties of Clackamas, Columbia, Multnomah, Washington, Yamhill Washington Counties of Clark, Skamania ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 15.85 01012 - Accounting Clerk II 17.79 01013 - Accounting Clerk III 19.91 01020 - Administrative Assistant 27.57 01035 - Court Reporter 19.88 01041 - Customer Service Representative I 14.20 01042 - Customer Service Representative II 15.97 01043 - Customer Service Representative III 17.42 01051 - Data Entry Operator I 14.32 01052 - Data Entry Operator II 15.63 01060 - Dispatcher, Motor Vehicle 19.88 01070 - Document Preparation Clerk 15.77 01090 - Duplicating Machine Operator 15.77 01111 - General Clerk I 13.94 01112 - General Clerk II 15.21 01113 - General Clerk III 17.33 01120 - Housing Referral Assistant 21.08 01141 - Messenger Courier 18.44 01191 - Order Clerk I 16.74 01192 - Order Clerk II 18.27 01261 - Personnel Assistant (Employment) I 16.27 01262 - Personnel Assistant (Employment) II 19.59 01263 - Personnel Assistant (Employment) III 20.55 01270 - Production Control Clerk 22.41 01290 - Rental Clerk 15.98 01300 - Scheduler, Maintenance 16.91 01311 - Secretary I 16.91 01312 - Secretary II 18.91 01313 - Secretary III 21.08 01320 - Service Order Dispatcher 17.40 01410 - Supply Technician 27.57 01420 - Survey Worker 19.88 01460 - Switchboard Operator/Receptionist 14.88 01531 - Travel Clerk I 13.82 01532 - Travel Clerk II 15.04 01533 - Travel Clerk III 16.19 01611 - Word Processor I 15.43 01612 - Word Processor II 17.32 01613 - Word Processor III 19.59 07000 - Food Preparation And Service Occupations 07010 - Baker 13.95 07041 - Cook I 15.42 07042 - Cook II 17.52 07070 - Dishwasher 11.28 07130 - Food Service Worker 11.97 07210 - Meat Cutter 18.67 07260 - Waiter/Waitress 11.33 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 12.23 11060 - Elevator Operator 13.45 11090 - Gardener 20.06 11122 - Housekeeping Aide 13.45 11150 - Janitor 13.45 11210 - Laborer, Grounds Maintenance 15.93 11240 - Maid or Houseman 11.75 11260 - Pruner 14.60 11270 - Tractor Operator 19.22 11330 - Trail Maintenance Worker 15.93 11360 - Window Cleaner 14.73 ____________________________________________________________________________________ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.48 per hour or $179.20 per week or $776.53 per month HEALTH & WELFARE EO 13706: $4.18 per hour, or $167.20 per week, or $724.53 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)). Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' quotes shall be valid for a minimum of 30 days to be acknowledged in the offerors' quote. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. 52.203-18 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-22 Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 (DEV) Notice Of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention and Right to Know Information 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Alt I Changes--Fixed Price 252.203-7000 Requirements relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.225-7031 Secondary Arab Boycott of Israel 252.225-7048 Export Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 52.212-1 (DEV) INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2018) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and exp...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »