Refuse Removal Services DFAS Limestone, ME
Title: Refuse Removal Services DFAS Limestone, ME ---------------------------------------------------------------------------------------------¬¬¬¬¬¬------------------------------------------- (1) Thi... Title: Refuse Removal Services DFAS Limestone, ME ---------------------------------------------------------------------------------------------¬¬¬¬¬¬------------------------------------------- (1) This is a Combined Synopsis/Solicitation (Combo) for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) This is solicitation number KOACO19RL021. The solicitation is issued as a request for quotation (RFQ). (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation; Federal Acquisition Circular 2019-01, Effective 20 December, 2018. (4) This requirement is 100% set-aside to small businesses. The NAICS code is 562111 and the small business size standard is $38.5 Million. (5) ITEMS: ---------- CLIN 0001 -Refuse Removal Service (Base Year). Pricing is under the PRICE section of this Combo. Quantity: 12 Unit of Measure: MONTHS CLIN 0002 - Refuse Removal Service (Option Year1). Pricing is under the PRICE section of this Combo. Quantity: 12 Unit of Measure: MONTHS CLIN 0003 - Refuse Removal Service (Option Year 2).Pricing is under the PRICE section of this Combo. Quantity: 12 Unit of Measure: MONTHS CLIN 0004 - Refuse Removal Service (Option Year 3).Pricing is under the PRICE section of this Combo. Quantity: 12 Unit of Measure: MONTHS CLIN 0005 - Refuse Removal Service (Option Year 4).Pricing is under the PRICE section of this Combo. Quantity: 12 Unit of Measure: MONTHS (6) DESCRIPTION OF ITEMS/SERVICES: DESCRIPTION OF NEED: The requirement is to provide the Defense Finance and Accounting Service (DFAS) Limestone, all personnel, equipment, materials, tools, supervision, and transportation necessary to adequately provide the required refuse removal services for the Defense Finance Accounting Service (DFAS), Limestone, 27 Arkansas Rd., Limestone, ME 04751-6216, in accordance with the SOW. PLEASE PROVIDE ANY SERVICE WARRANTY INFORMATION 3.0. DELIVERY INFORMATION: The anticipated performance delivery of the services required will be required to start on 1 March, 2019. SHIPPING ADDRESS: DFAS Limestone 27 Arkansas Road Limestone, Maine 04751 Attn: Ryan Guess Phone: 207-328-1113 Email: ryan.p.guess.civ@mail.mil 4.0. GOVERNMENT POINT OF CONTACT (GPOC): The GPOC will act as the on-site technical point of the contract for the Government. They will initiate all service requests. The GPOC is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. The Government Point of Contact (GPOC) for this order is listed below: Mr. Ryan Guess DFAS Limestone 27 Arkansas Road Limestone, Maine 04751 Phone: 207-328-1113 Email: ryan.p.guess.civ@mail.mil 5.0. INVOICES: Payment will be in accordance with the Prompt Payment Act. Invoices will include contract number, invoice number, and date. Invoices will be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. (Reference clause 252.232.7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and if it is correct, accept it electronically and forward it for payment. Web Based Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. Prior to submitting invoices, the contractor must contact the government GPOC to confirm the correct ACCEPTOR DoDAAC. Should the vendor desire to track payment status, they must use the Vendor Pay Inquiry System (VPIS) at www.dfas.mil\money\vendor\ by selecting non-MOCAS System to track the status of payments. The DFAS COR will e-mail the contractor when invoices have been certified for payment. 6.0. SECURITY REQUIREMENTS: All work performed for this requirement is unclassified or is sensitive information covered by the Privacy Act of 1974 and other Department of Defense and DFAS regulations. Cybersecurity shall be in accordance with all Federal, DoD and DFAS applicable provisions, including but not limited to the following: • DFAS 8500.1-R, Information Protection and Safeguards • DoD Directive (DoDD) 8500.01, Cybersecurity • DoD Instruction (DoDI) 8510.01, Risk Management Framework (RMF) for DoD Information Technology (IT) DoD Directives and DoD Instructions can be found at http://www.dtic.mil/whs/directives End of Description of Need (7)Performance Periods: Delivery (FOB Destination) within 30 days after award. Performance will be for one base year and four (4) one year options after award. (8)The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (9) FAR 52.212-2, Evaluation -- Commercial Items, is not applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (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: Lowest Price Technically Acceptable. Offerors should address the following: (1) ACCEPTANCE CRITERIA: ----------------------------------------- At a minimum, quoters must meet the service requirements for the equipment identified in the Statement of Work. Quoters are to identify the capability to perform the upgrade services for the manufacturer and part numbers outlined in the Statement of Work and or provide documentation/literature that identifies the maintenance service capabilities for the equipment listed to be quoted upon. Failure to provide the documentation/literature that identifies the upgrade service capabilities for the equipment listed to be quoted upon will be grounds to reject your quote. (2) BASIS for SELECTION: ------------------------------------ The basis for award selection is Lowest Price Technically Acceptable (LPTA). A quoter's technical acceptability will be determined by a vendor meeting the Government's minimum technical requirements and not taking any exceptions to the Combined Synopsis Solicitation (Combo). Quoters will be evaluated based on the lowest quoted price who meets the Government's minimum technical requirements of the solicitation. Quoters who do not take exception to the solicitation and meet the minimum technical requirements of this solicitation will be considered technically acceptable. All technically acceptable quotes will be evaluated for price reasonableness and award will be made to the lowest price technically acceptable quote. Contract quotes are requested to remain valid for a minimum of 30 days. (3) Quoter Information: ------------------------------- Cage Code: Company Name: Point of Contact: Telephone Number: Email Address: TIN (Taxpayer Identification Number): Business Size/Classification: (Applicable NAICS is 562111) Date: Delivery Days or Lead Time: Vendors are to provide pricing information as reflected in Exhibit 1 below (or in the same format). Exhibit 1 - PRICES: Prices are to be provided as firm fixed price (FFP). Quotes submitted on other than a FFP may be rejected. Vendors are to provide pricing information as reflected in Exhibit 1 shown below (or in the same format). During evaluation, option year prices will be considered in the evaluation and will be added to the base year prices to determine a total evaluated price. Evaluation of options shall not obligate the Government to exercise the option(s). As part of the price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the quoter's final option year prices to the quoter's total price. These pages should be properly identified at the top of each page as Pricing Information. Exhibit 1: Requirement Firm Fixed Price Per Month Firm Fixed Price Total Refuse Removal Services (Base Year) $ $ CLIN 0001 (12-Months) Refuse Removal Services (Option Year 1) $ $ CLIN 0002 (12-Months) Refuse Removal Services (Option Year 2) $ $ CLIN 0003 (12-Months) Refuse Removal Services (Option Year 3) CLIN 0004 (12-Months) $ $ Refuse Removal Services (Option Year 4) CLIN 0005 (12-Months) $ $ FAR 52.217-8 Six Month Extension Pricing $ $ Total Quoted Price for base and all option years (including FAR 52.217-8 Six Month Extension) $ (b) 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. (10) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. (11) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (12) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. (13) Additional contract requirement(s) or terms and conditions: Section 508 Compliance: Quoter shall include with their quote a Voluntary Product Accessibility Template (VPAT). The following Section 508 accessibility standards are applicable: - Video and multi-media products (36 CFR 1194.24) ---------------------------------------------------------------------------- Clauses/Provisions: The Government intends to include the following DFAS, FAR and DFARS clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at https://www.acquisition.gov/. DFAS Clauses have been attached below. Note: These following clauses may not be all inclusive in the resulting award: FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) SOLICITATION CLAUSES. 52.203-13 Contractor Code of Business Ethics and Conduct (Oct 2015) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) 52.204-7 System for Award Management (Oct 2016) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17 Ownership or Control of Offeror (July 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items (Oct 2015) 52.216-24 Limitation of Government Liability (Apr 1984) 52.216-25 Contract Definitization (Oct 2010) 52.223-6 Drug-Free Workplace (May 2001) 52.223-10 Waste Reduction Program (May 2011) 52.227-1 Authorization and Consent (Dec 2007) 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (Dec. 2007) 52.232-1 Payments (Apr 1984) 52.232-8 Discount for Prompt Payment (Feb 2002) 52.232-11 Extras (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 52.237-1 Site Visit (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15 Stop-Work Order (AUG 1989) 52.243-1 Changes Fixed-Price (Aug 1987) 52.246-24 Limitation of Liability - High Value Items (Feb 1997) 52.247-34 F.o.b. Destination (Nov 1991) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Frm)(Apr 1984) 52.252-1 Sollicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 52.253-1 Computer Generated Forms (Jan 1991) DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENTS (DFARS) CLAUSES INCORPORATED BY REFERENCE. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013 ) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) PGI 252.204-0001 Line Item Specific: Single Funding (Sep 2009) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004, Alt A Alternate A, System for Award Management (Feb 2014 ) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 2012) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) 252.225-7001 Buy American and Balance of Payments Program(Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012) 252.225-7036 Free Trade Agreements--Balance of Payments Program (Nov 2014) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.237-7023 Continuation of Essential Contractor Services (Oct 2010) 252.239-7000 Protection Against Compromising Emanations (Jun 2004) 252.239-7017 Notice of Supply Chain Risk (Nov 2013) 252.239-7018 Supply Chain Risk (Nov 2013) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7000 Material Inspection and Receiving Report (Mar 2008) Clauses/Provisions Included in Full Text: 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. (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)). _X_ (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 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 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.) _X_ (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). _X_ (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] __ (14)(i) 52.219-6, Notice of Total Small Business Set-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 (JUN 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 Representation (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 (JUN 2003) (E.O. 11755). __ (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 (SEPT 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. _X_ (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 (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 (June, 2016) (E.O. 13693). __ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 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 Televisions (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. _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) __ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693). __ (44) 52.223-21, Foams (June, 2016) (E.O. 13693). __ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. __ (46) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). __ (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). _X_ (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)). _X_ (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). _X_ (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: [Contracting Officer check as appropriate.] __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _X_ (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). _X_ (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). __ (9) 52.222-62, Paid Sick Leave under Executive Order 13706 (JAN 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (AUG 2018)(41 U.S.C. chapter 67). (xiii) __ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Alternate I (JULY 2014). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause". Alternate II (Oct 2018). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows: (d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »