USAFA Chapel Support Service
USAFA Chapel Support Services Combined/Synopsis Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6,... USAFA Chapel Support Services Combined/Synopsis Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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 (formal) solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), titled USAFA Chapel Support Services, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03. The North American Industry Classification System Code [NAICS] is 561320 and the size standard is $27,500,000.00. This is a 100% small business set-aside. All responsible source s may submit a quote, which if received timely, will be considered by the 10th Contracting Division, USAF Academy (USAFA). The United States Air Force Academy (USAFA) Chapels require support services to provide various services that assist in meeting the Chapels' mission. There are two distinct organizations on the installation that provide religious support: the 10th Air Base Wing Community Center Chapel (10 ABW/HC) serves the needs of the USAFA Preparatory School, active duty military personnel, their families, retirees, and the general public; the USAFA Cadet Chapel (USAFA/HCX) serves cadets, holds special services, and is also open to the public. This acquisition is for various services such as musicians and religious education coordinators, to support the Chaplain Corps. The awarded contract performance shall begin 1 September 2019. The Period of Performance (PoP) will be 1 September 2019 - 31 August 2020. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the quoter's responsibility to ensure their quote meets all the requirements identified herein. Quotes may be provided for the Chapel Support Services if it meets the requirement detailed in the PWS (attachment 1). REQUIREMENTS FOR QUOTE Description Total Price CLIN 0001 - Chapel Support Services Quantity Units Unit Price (USD) 12 Months $___________________ TOTAL PRICE $ _________________ Completed by: (Date, print and sign name)_________________________________________________ COMPLETE ATTACHMENT 2 - Price Break Down The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and quoters must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quotes on company letterhead to include the following: Solicitation number-____________________________ Contact name-____________________________ Address-____________________________ Telephone number of the quoter-____________________________ Unit price-____________________________ Extended price--____________________________ Any discount terms-____________________________ Delivery terms-____________________________ Cage code-____________________________ DUNS number-____________________________ Tax identification number-____________________________ Size of business-____________________________ Acknowledgement of solicitation amendments if required-____________________________ The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. a. Prices quoted must be Firm-Fixed Price. d. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I), must be completed. Quoters are highly encouraged to complete all representations and certifications electronically (https://www.sam.gov). If not completed on-line, 52.212-3 shall be completed and submitted with proposal. Contract Clauses ADDENDUM TO FAR 52.212-1 FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (Aug 2018) 1. NOTICE TO QUOTERS: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse a quoter for any costs. The Government may award all, some, or none of this contract. Addendum to FAR 52.212-1(b), Submission of offers. The following paragraph is added: "(12) Submit signed and dated offer to: 10th Contracting Squadron, ATTN: John Keith, Contracting Officer, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Or Email to john.keith.4@us.af.mil and casey.pehrson.2@us.af.mil Quotes due NO LATER THAN 14 August 2019 AT 2:00 PM Mountain Standard Time (MST). Addendum to FAR 52.212-1(h) Multiple awards is amended as follows: "For this solicitation, the Government will award a contract on an 'all, some, or none' basis, multiple awards will not be contemplated." 2. FORMAL COMMUNICATIONS. Questions and requests for clarification or information concerning the solicitation must be provided in writing NO LATER THAN 5 August 2019 AT 2:00 PM Mountain Standard Time (MST). Answers will be compiled and posted electronically to the Federal Business Opportunities website: https://www.fbo.gov. Questions should be emailed to john.keith.4@us.af.mil and casey.pehrson.2@us.af.mil. All correspondence should reference the solicitation number. 4. Addenda to FAR 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS General Instructions: To assure timely and equitable evaluation of proposals, quoters must follow the instructions contained herein. Quoters are required to meet all solicitation requirements, including terms and conditions, and representations and certifications, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in a quote being ineligible for award. The government intends to award a contract without discussion with respective quoters. Quoters must clearly identify any exception to the solicitation terms and conditions and provide complete rationale. Quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation; alternate proposals will not be accepted. The response shall consist of four separate parts; Part I - Price Proposal, Part II - Past Experience Information, Part III - Completed Attachment 2 - Price Break Down, and PART IV - Positions being quoted. The contracting officer has determined there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional data will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists quoters may be required to submit cost data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. Specific Instructions: a. PART I - PRICE PROPOSAL - Complete, sign and return page one and two of this Combined/Synopsis Solicitation document. b. PART II - PAST EXPERIENCE INFORMATION - Limited to no more than 3 pages. Only references for recent and relevant past efforts/contracts are desired. Recent/Relevant Contract References - limited to one (1) citation / example. Provide details on the most relevant religious related position filled for Federal agencies and/or commercial customers within the last five (5) years from the issue date of this solicitation. Recent past experience is defined as past experience within the last five (5) years from the issue date of this solicitation. Past experience for contracts exceeding the timeframe for this definition of recency will be excluded from evaluation. Relevant includes performance of performance of religious services in the Government and/or private sector similar in scope, magnitude, and complexity to the effort described in this solicitation. The government will evaluate the quality and extent of quoter's experience deemed relevant to the requirements of this solicitation. The government will use information submitted by the quoter and any other sources of information available to the Government to assess past performance. Furnish the following information for each contract listed: 1. Company/Division name 2. Contracting Agency/Customer 3. Contract Number and Task/Delivery Order Number (if applicable) 4. Contract Dollar Value 5. Period of Performance 6. Verified, up-to-date name, email address, address, and telephone number of the contracting officer (if experience was on government contract) 7. Verified, up-to-date name, email address, address, and telephone number of the customer (if experience was on non- government contract) 8. A detailed description of the services rendered and its relevancy to the USAFA Chapel Support Services requirement 9. Comments regarding compliance with contract terms and conditions 10. Examples of performance (letters, metrics, customer surveys, independent surveys, etc.) NOTE: Examples of performance DO NOT count against the page limit. The example/reference must be related to providing religious type services (such as religious music directors/musicians, religious educators, etc.). If the example/reference is not directly related please explain how the reference provided demonstrates your capability to successfully fulfill the requirement in the Performance Work Statement. 11. Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. Describe mitigating circumstances or actions taken to correct the unacceptable condition and preclude recurrence. Note: Do not leave any of the above information blank. This information may also be used in determining responsibility. c. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. d. PART III - Attachment 2 - Price Break Down - Complete attachment 2 and return with final quote. This price break down will be one factor among others to determine price fair and reasonable. The contract will have one CLIN which can be billed against once a month for 12 months. Do not provide pricing data on those positions on which you are not certifying your company/organization can fill. e. PART IV - Positions being quoted - Six or more of the nine requirements must be proposed for the quote to be considered. Identify if you are certifying that your company/organization will be able to fill all or some of the positions. If you are only certifying that your company/organizations can fulfill some of the positions please identify which ones you can and which you cannot and explain why you cannot. (End of Addendum) ADDENDUM TO FAR 52.212-2 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) BASIS FOR CONTRACT AWARD: 1. This is a competitive best value source selection in which the Government intends to award a contract resulting from this solicitation to the responsive, responsible, technically acceptable quote with the lowest evaluated price. By submission of its quote, the quoter accedes to all solicitation requirements, including terms and conditions, and representations and certifications, in addition to those identified as evaluation factors or subfactors. Quoters must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: 2. The following factors will be evaluated: Factor 1: Positions being quoted Factor 2: Price Factor 3: Past Experience A. Initially the government will review all proposals for responsiveness to determine if each timely received proposal meets the requirements of the RFQ, specifications, and government standards and regulations pertaining to the specifications. Failure to meet the requirements may result in the quote being determined non-responsive, being ineligible for award and eliminated at this point from the competition and further consideration. B. Factor 1: Positions being quoted- The Government will rank all quotes from highest number of proposed positions to be filled to least proposed. All quotes proposing to fill less than six positions will be eliminated at this point from the competition and further consideration. C. Factor 2: Price- Next, the government will rank all responsive quotes that propose to fill all nine positions by price, from lowest to highest total evaluated price. The lowest total evaluated price quote will be evaluated for price fair and reasonable. If it is found fair and reasonable the Government will move on to Factor 3, if it is found to not be fair and reasonable the next lowest quote will be evaluated and so on. If no quote for nine positions is received or found fair and reasonable the Government will begin the process again with all quotes received proposing to fill eight positions. If no quote for eight positions is received or found fair and reasonable the Government will begin the process again with all quotes received proposing to fill seven positions. If no quote for seven positions is received or found fair and reasonable the Government will begin the process again with all quotes received proposing to fill six positions. D. Factor 3: Past Experience- The Government will evaluate the reference (citation) for past experience on an Acceptable/Unacceptable basis. The references given will be contacted to verify performance and what services were performed. If the references are verified to be accurate, the citation will be found acceptable for factor 3. The past performance citations to demonstrate the experience must be recent and relevant as stated in ADDENDUM TO FAR 52.212-1 of this document. The governement reserves the right to use other database(s) and methods to determine past performance. 3. Upon evaluation, if the lowest priced evaluated quote is rated "Acceptable" for Factor 3: Past Experience, the offer is considered acceptable and represents the best value for the Government, and the evaluation process stops at this point. Award will be made to that quoter without further consideration of any other offers. If the lowest priced evaluated quote is not rated "Acceptable" for Factor 3: Past Experience, the next lowest priced quote will be evaluated and the process will continue (in order by price) until a quote is rated "Acceptable" for Factor 3: Past Experience or until all quotes are evaluated. If all quotes are evaluated and none are rated "Acceptable", the Government reserves the right to enter discussions or cancel the solicitation at that point. 4. Quoters are cautioned to submit sufficient information and in the format specified in this document. Quoters may be asked to clarify certain aspects of their proposal. 5. The government intends to award a contract without discussions with respective quoters. The government, however, reserves the right to conduct discussions if deemed in its best interest. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quotation revision. The government reserves the right to award one or no contract at all, depending on the quality of quotes submitted. (End of Addendum) DFARS Clauses Incorporated by Reference Number Title Effective Date 252.204-7006 Billing Instructions. 2005-10 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2012-06 DFARS Clauses Incorporated by Full Text 252.232-7006 Wide Area WorkFlow Payment Instructions. 2013-05 As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2-in-1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/ acceptance location(s) in WAWF, as specified by the contracting officer. F4BQ00 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* | Field Name in WAWF || Data to be entered in WAWF || Pay Official DoDAAC || || Issue By DoDAAC || FA7000|| Admin DoDAAC || FA7000|| Inspect By DoDAAC || || Ship To Code || || Ship From Code || || Mark For Code || || Service Approver (DoDAAC) || || Service Acceptor (DoDAAC) || || Accept at Other DoDAAC || || LPO DoDAAC || || DCAA Auditor DoDAAC || || Other DoDAAC(s) || | (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. N/A (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activitys WAWF point of contact. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) ADDENDUM TO FAR 52.212-4 (C) Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriations data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). (End of Addendum) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (May 2019) (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: [Contracting Officer check as appropriate.] __X_ (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). _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 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. __X_ (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)). __X_ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). __X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). __X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). __X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). __X_ (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). ___ (ii) Alternate I (Feb 1999) of 52.222-26. _X__ (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. __X_ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __X_ (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (38) (i) 52.223-13, Acquisition of 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. _X__ (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. ___ (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). ___ (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)(13)). ___ (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) ___ (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 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 year...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »