Laundry Services
Action Code: Combined Synopsis/Solicitation Notice Class Code: S- Utilities and Housekeeping Services Subject: Laundry Services Solicitation Number: 11269618 Solicitation for Commercial Items: This so... Action Code: Combined Synopsis/Solicitation Notice Class Code: S- Utilities and Housekeeping Services Subject: Laundry Services Solicitation Number: 11269618 Solicitation for Commercial Items: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. Posted Date: 6-12-19 Set-Aside: Total Small Business Response Date: 11 July 2019 @ 2:00 pm PST 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; proposals are being requested and a written solicitation will not be issued. The solicitation is No. 11269618 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 11 July 2019 2:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 812332. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following services: CLIN 0001 Jackets and Coveralls ( Per Appendix A) POP August 1st 2019 through July 31st 2020 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________ CLIN 0002 Fire Retardant ( Per Appendix A) POP August 1st 2019 through July 31st 2020 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________ CLIN 0003 Rags ( Per Appendix A) POP August 1st 2019 through July 31st 2020 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________ CLIN 0004: Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate "No Charge". TOTAL tiny_mce_marker_______________ CLIN 0100 Jackets and Coveralls ( Per Appendix A) POP August 1st 2020 through July 31st 2021 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________ CLIN 0101 Fire Retardant ( Per Appendix A) POP August 1st 2020 through July 31st 2021 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________ CLIN 0102 Rags ( Per Appendix A) POP August 1st 2020 through July 31st 2021 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________ CLIN 0103: Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate "No Charge". TOTAL tiny_mce_marker_______________ CLIN 0200 Jackets and Coveralls ( Per Appendix A) POP August 1st 2021 through July 31st 2022 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________ CLIN 0201 Fire Retardant ( Per Appendix A) POP August 1st 2021 through July 31st 2022 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________ CLIN 0202 Rags ( Per Appendix A) POP August 1st 2021 through July 31st 2022 I/U 12 Months tiny_mce_marker____________ TOTAL tiny_mce_marker______________ CLIN 0203: Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate "No Charge". TOTAL tiny_mce_marker_______________ TOTAL CLIN 0001 - 0003 plus option years TOTAL tiny_mce_marker________________ Contracting Manpower Recording Act (CMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY collection site as described in the associated PWS. The contractor shall complete Contractor Manpower Reporting (CMR) in accordance with the requirements outlined in the PWS. Information regarding CMR, including contractor user guides, can be obtained at the following website: https://cmra.army.mi./help/glossary.html. Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. You may also fill out the PDF version on FBO of the solicitation and send in by the closing due date and time. The award will only be made to an offeror that is all-inclusive of the requirements for this solicitation. PRICES QUOTED MUST BE VALID FOR 30 DAYS. FOB Destination TO: ORARNG 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Please return this page and provide the following information. Contact Person: ________________________________________________________ E-mail Address: ________________________________________________________ Telephone: ____________________________________________________________ DUNS Number: _________________________________________ CAGE Code: ________________________________________ Federal Tax ID Number _____________________________________________ Evaluation Criteria: Award will be made to the lowest priced offeror that meets the minimum performance standards and is determined responsible in accordance with FAR Part 9. This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their quote any time before the due date to: Phillip Chik at phillip.l.chik2.civ@mail.mil Performance Work Statement (PWS) Oregon Army National Guard Laundry Service Vision Statement The Oregon Army National Guard (ORARNG) requires a Contractor to provide and launder weekly, mechanic's coveralls, cold weather jackets, and shop rags. The Contractor will pick up and deliver from various locations throughout Oregon. See location listing below. 1 Introduction Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and any other items or non-personnel services necessary to perform the requirements of this contract. This Performance Work Statement (PWS) defines the minimum requirements. The contractor shall perform to the standards in this contract. This contract will consist of a one year base period and up to two additional years that will be exercised at the discretion of the Government. 1.1 Mission The ORARNG trains to support State and Federal missions. Those missions include superior maintenance of ORARNG and other DoD equipment in the Willamette Valley, eastern high desert, and on the Oregon Coast that supports the training of elements from all Department of Defense organizations. 1.2 Scope The contractor shall provide, at no cost to the government, properly sized, coveralls and jackets, spruce in color, as identified in the task order. Jackets and coveralls include name tags, green on white background, block letters, with last name of employee in capital letters and will be sewn on all coveralls and jackets. Each maintenance person will be issued 3 cold weather jackets and 7 sets of coveralls. Technicians who are fuelers will be issued 7 sets of fire retardant coveralls. These technicians will be identified in the task order. The Government shall not be charged for replacement of coveralls and jackets due to normal wear and tear or defective products. The initial fielding of coveralls and jackets should take no more than four weeks. As personnel changes occur, contractor will provide 2 clean temporary jackets and 3 temporary coveralls, if needed, to new employees within one week with the permanent set to be issued within 2 weeks. The jackets and coveralls of personnel who leave will be returned to contractor. As jackets and coveralls are issued, the contractor will then pick up, launder and deliver the coveralls and jackets within one week. The contractor will meet a one-for-one accountability of all items at pickup and delivery. Contractor shall also launder government owned shop rags. The contractor shall impose no additional charges without written consent from the Contracting Officer's prior to work being accomplished. Contractor shall provide bins for soiled coveralls, jackets, and rags at no expense to the Government at all delivery locations. The contractor shall provide one Point of Contact for administrative issues and one for billing issues (CDRL1.2). Contractor may subcontract by location or commodity, but subcontract information shall be provided to Government prior to establishment (CDRL 1.2.1). Primary contractor shall still be the main Point of Contact for customer service issues. The Contracting Officer's Representative (COR) is the Government's main POC for this contract. The vendor shall provide one point of contact for this individual to call for customer support issues. Accountability is a concern. All items will be individually counted with a representative from the location when picked up and at drop off. 1.3 Organization Designation and Addresses/Pick Up/Delivery Locations Contractor shall pick up and drop off required items as identified in Appendix A. Potential locations are listed below. COR's will be identified in Appendix A. Delivery personnel shall use this information to schedule pickup and delivery times. Hours are from Monday through Friday 07:30 until 15:30, except US Federal Holidays. Contractor personnel will need to be properly licensed and able to meet requirements to perform work on these installations. See section 4.3 for additional information. 1.3.1 - Field Maintenance Shops - AFRC, Clackamas (CSMS) 15300 SE Minuteman Way Clackamas, Oregon 97015 (503) 683-5439 Kliever Armory, Portland (FMS 1) 10000 NE 33rd Drive Portland, OR 97211-1798 (503) 280-7674 Maison Armory, Portland (FMS 1 Sub-shop) 8801 Chautauqua BLVD N Portland, OR 97217 AFRC, Clackamas (FMS 2) 15300 SE Minuteman Way Clackamas, Oregon 97015 Forest Grove (FMS 3) 2950 Taylor Way Forest Grove, OR 97116 Salem (FMS 4) 1025 Airport Road SE Salem, OR 97301-5055 Springfield (FMS 5) 3110 Pierce Parkway Springfield, OR 97477 Medford (FMS 6) 1701 S Pacific Highway Medford, OR 97501-7914 La Grande (FMS 7) 64082 Airport Lane La Grande, OR 97850-1840 Umatilla (FMS 7 Sub-shop) BLDG 30 78798 Ordnance RD Hermiston, OR 97838-9544 Central Oregon (UTES 1) 2899 E Highway 126 Redmond, OR 97756-0083 Camp Rilea (UTES 2) 91426 Rilea McCarter Road Warrenton, OR 97146-9711 Salem (AASF #1) 1921 TURNER RD SE Salem, OR 97302 Pendleton (AASF #2) 2110 NW 56th Drive Pendleton, OR 97801-4582 AFRC, Clackamas (USPFO-SSD) 15300 SE Minuteman Way BLDG 6550-A Clackamas, Oregon 97015 (503) 683-5292 2. General Requirements This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees except the times the contractor's employee can pick up and deliver laundry. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Contracting Officer immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.2.1 Customer Comment Cards The contractor will provide customer comment cards and comment card boxes at every location. The COR will monthly review customer comment cards. Both negative and positive comments may be reflected on the monthly contractor performance assessment. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at ORARNG and the contractor's corporate offices. 2.3.2 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement (CDRL 2.3.2). The contractor shall respond to Government requests for contractual actions within 24 hours. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task. Only the Contracting Officers Representative (COR) or authorized Government POC will contact the contractor's representative. The contractor will maintain and submit monthly a list of all individuals and what equipment they have been issued by location (CDRL 2.3.2.1) 2.4 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). Cross teaming may or may not be permitted. 2.5 Contractor Personnel, Disciplines, and Specialties The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 3 - Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 Launder Coveralls and Jackets 3.1.1 The contractor shall provide and launder coveralls and jackets. The contractor shall provide each maintenance technician with 7 coveralls and 3 jackets meeting the following specifications. Jacket - Shell: 7.25 oz. Twill, 65% Polyester / 35% Cotton Insulation: 100% Polyester (content may vary) Permanently lined with black quilted lining Mid length Rib knit collar, cuffs and waistband Two lower inset slash pockets Utility pocket on sleeve (solid colors only) Long sleeve Made to fit all body types Coverall Zip- 65/35 poly/cotton 7.5 oz. twill Concealed two-way metal zipper closure Two set-in front pockets Patch hip and chest pockets and rule pocket on right leg Dome snap at neck and waist Hemmed sleeves Industrial launderable Long sleeve Spruce in color Made to fit all body types Note: Emblem patches & embroidery only (non screenprintable) Performance Standards STD: Pick up and deliver during normal work hours Monday thru Friday 07:30 to 15:30 hours. AQL: - Clothing is returned clean within one week and delivered during normal location work hours. - New personnel are provided, at no cost to the Government, with 7 sets of coveralls and 3 jackets within 4 weeks. A temporary set of 3 coveralls and 2 jackets are issued within one week. Name tags are sewn as per contract. Deliverables A01 - Coveralls and jackets are provided, laundered and returned clean. All pickups and deliveries shall take place during specified time frame. 3.1.2 The contractor shall provide accountability for all coveralls and jackets that are to be laundered. Performance Standards STD: Contractor shall account for all laundered coveralls AQL: 100% accountability Deliverables A07 - One for one accountability on all items 3.2 Launder Fire Resistant Coveralls and Jackets 3.2.1 The contractor shall provide and launder coveralls and jackets. The contractor shall provide each technician with specialty jobs such as fuel truck operators with 7 fire resistant coveralls and 3 fire resistant jackets, spruce in color, long sleeve, and made to fit all body types. Clothing will meet the NFPA 2112 standard. Performance Standards STD: Pick up and deliver during normal work hours Monday thru Friday 07:30 to 15:30 hours. AQL: - Clothing is returned clean within one week and delivered during normal location work hours. - Contractor must use a cleaning procedure that meets the NFPA 2113 cleaning standard. - New personnel are provided, at no cost to the Government, with 7 sets of coveralls and 3 jackets within 4 weeks. A temporary set of 3 coveralls and 2 jackets are issued within one week. Name tags are sewn as per contract. Deliverables A01 - Coveralls and jackets are provided, laundered and returned clean. All pickups and deliveries shall take place during specified time frame. 3.2.2 The contractor shall provide accountability for all coveralls and jackets that are to be laundered. Performance Standards STD: Contractor shall account for all laundered coveralls AQL: 100% accountability Deliverables A07 - One for one accountability on all items 3.3 Launder Shop Rags 3.3.1 The contractor shall pick up, and launder shop rags for technicians to maintain a clean work environment. Performance Standards STD: Shop rags shall be picked up, laundered, and delivered weekly during normal location business hours Monday-Friday 07:30-15:30. AQL: Shop rags are laundered and return clean. All pickups and deliveries shall take place during specified time frame. Deliverables A02 - Shop rags are returned clean and ready for use. 3.3.2 The contractor shall provide accountability for all shop rags laundered. Performance Standards STD: Contractor shall account for all laundered shop rags. AQL: 100% accountability Deliverables A07 - One for one accountability on all items 3.4. Contract Administration 3.4.1 Contractor provides a single POC for administrative and billing issues Performance Standards STD: Contractor has one POC for contract compliance issues and one POC for billing issues. This contract will have one Contracting Officer's Representative supporting multiple activities. AQL: CORs are given the name and number of persons who are authorized to make corrections to service levels per contract and someone who is able to solve accounting issues. Contractor informs Government if there is a change in personnel. Deliverables A08 - CORs are able to contact contractor POCs within 24 hours to solve a contract issue. 3.4.2 Contractor only replaces coveralls, jackets and rags upon written request from Government POC. No additional charges are assessed to the government without prior written approval by COR. Performance Standards STD: Invoices match previously agreed upon service requirements and laundry levels. AQL: There are no charges that haven't been authorized by the contracting officer. Deliverables A09 - Monthly invoices agree to the current replacement price list authorized by the contracting officer. 4 Special Requirements This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 4.1 Government Furnished Materials The Government owns all rags to be laundered under this contract and will own any additional rags purchased through this contract. Contractor will provide 100% accountability for all Government furnished materials currently owned by and laundered for the Oregon Army National Guard. 4.2 Contractor Manpower Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Army National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will 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 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra .mil/ 4.3 Security Requirements ACCESSING A DoD FACILITY OR INSTALLATION: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures. ANTI-TERRORISM (AT) LEVEL I TRAINING REQUIREMENT: All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete AT Level I awareness training within 7 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies. The contractor shall submit certificates of completion for each contractor employee and subcontractor employee requiring access to Army installations, facilities, or controlled access areas to the contracting officer before starting work on the installation. AT Level I awareness training is available at https://jkodirect.jten.mil Course #JS-US007-14. iWATCH TRAINING: The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity Anti-Terrorism Officer (ATO)). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 7 calendar days of contract award and within 7 calendar days of new employees' commencing performance, with the results reported to the contracting officer with 7 calendar days after contract award. Training may be obtained at http://www.myarmyonesource.com/familyprogramsandservices/iwatchprogram/default.aspx. OPSEC TRAINING REQUIREMENT: Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of reporting for duty. All contractor employees must complete annual OPSEC awareness training. OPSEC awareness training is available at: http://cdsetrain.dtic.mil/opsec/index.htm. Within 10 days of completing the training, the Contractor shall provide certificates/proof of completion to the Contracting Officer's Representative (COR), if assigned to the contract, or the Procuring Contracting Officer (PCO). 5 Performance Requirement Summary The contractor shall provide deliverables as described in subsequent Appendix's. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Identifier Name Description A01 Coveralls and Jackets cleaned Coveralls and jackets are provided, laundered and returned clean. All pickups and deliveries shall take place during normal location working hours. A02 Shop Rags Cleaned All rags laundered shall be accounted for and returned clean to ORARNG at the correct drop site A03 Accountability Every item is accounted for in a one for one manner. The exact item size and name will be returned clean. A04 Contract Administration Contractor provides one point of contact for billing and customer service questions. POC has authority to make changes for COR request. A05 Replacement Request. Jackets, coveralls and shop rags aren't replaced without prior written request. No charges are on the monthly invoice without prior written approval. 6 - Contract Data Deliverables CDRL Reference Number Information Required Report Frequency Recipient 1.2 KTR POC At contract award and after any changes KO & COR 1.2.1 Subcontracting plan prior to awarding any subcontracts KO & COR 2.3.2 Standard Operating Procedure 15 days after award KO & COR 2.3.2.1 Equipment Inventory monthly KO & COR Appendix A Oregon Army National Guard Laundry Service Summary: This Appendix is to outline the requirements for Laundry services for all 13 FMS, UTES, AASF's and USPFO-SSD in the state of Oregon that pertain to sizing, number of personnel per location, what locations will need the fueler uniforms, and the variables that will arise as employees are hired or as employees exit the positions. This Appendix will also go over the timeline for new employees as far as getting their temp uniforms and how long the Contractor has to get the permanent uniforms with names attached to the employee. Locations and Personnel count currently AFRC, Clackamas (CSMS) 15300 SE Minuteman Way Clackamas, Oregon 97015 (503) 683-5439 Personnel: 46 AFRC, Clackamas (USPFO-SSD) 15300 SE Minuteman Way Clackamas, Oregon 97015 (503) 683-5292 Personnel: 22 Kliever Armory, Portland (FMS 1) 10000 NE 33rd Drive Portland, OR 97211-1798 (503) 280-7674 Personnel: 11 Maison Armory, Portland (FMS 1 Sub-shop) 8801 Chautauqua BLVD N Portland, OR 97217 Personnel: 8 AFRC, Clackamas (FMS 2) 15300 SE Minuteman Way Clackamas, Oregon 97015 Personnel: 10 Forest Grove (FMS 3) 2950 Taylor Way Forest Grove, OR 97116 Personnel: 8 Rags: 0 Salem (FMS 4) 1025 Airport Road SE Salem, OR 97301-5055 Personnel: 19 Springfield (FMS 5) 3110 Pierce Parkway Springfield, OR 97477 Personnel: 7 Rags: 200 Medford (FMS 6) 1701 S Pacific Highway Medford, OR 97501-7914 Personnel: 10 La Grande (FMS 7) 64082 Airport Lane La Grande, OR 97850-1840 Personnel: 12 Rags: 200 Umatilla (FMS 7 Sub-shop) BLDG 30 78798 Ordnance RD Hermiston, OR 97838-9544 Personnel: 6 Central Oregon (UTES 1) 2899 E Highway 126 Redmond, OR 97756-0083 Personnel: 19 Rags: 250 Towels: 40 Camp Rilea (UTES 2) 91426 Rilea McCarter Road Warrenton, OR 97146-9711 Personnel: 15 Rags: 400 Salem (AASF #1) 1921 TURNER RD SE Salem, OR 97302 Personnel: 8 Fuelers: 2 Pendleton (AASF #2) 2110 NW 56th Drive Pendleton, OR 97801-4582 Personnel: 19 Fuelers: 2 Sizing and Fulfillment Times The Oregon Army National Guard (ORARNG) shop supervisors will be responsible for submitting the sizes of all new employees to the contractor. The contractor will have no more than 10 business days (Monday through Friday) to fulfill the new employee with the required amount of uniforms as outlined in the Performance Work Statement (PWS) and properly sized to the new employee. This same requirement will also be enforced for current employees who need to change sizes in their uniforms. Terms and Conditions: 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' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. 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. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements FAR 52.204-13 System for Award Management Maintenance FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3 Convict Labor FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.237-7012, Instructions to Offerors (Count-of-Articles) DFARS 252.237-7014 Loss or Damage (Count-of-Articles) DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax DFARS 252.244-7000 Subcontracts for Commercial Items 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items (Jan 2017) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (a) Definitions. As used in this provision-- "Administrative merits determination" means certain notices or findings of labor law violations issued by an enforcement agency following an investigation. An administrative merits determination may be final or be subject to appeal or further review. To determine whether a particular notice or finding is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "Arbitral award or decision" means an arbitrator or arbitral panel determination that a labor law violation occurred, or that enjoined or restrained a violation of labor law. It includes an award or decision that is not final or is subject to being confirmed, modified, or vacated by a court, and includes an award or decision resulting from private or confidential proceedings. To determine whether a particular award or decision is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "Civil judgment" means-- (1) In paragraph (h) of this provision: A judgment or finding of a civil offense by any court of competent jurisdiction. (2) In paragraph (s) of this provision: Any ...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »