Verticle Turbine Pumps
The purpose of amendment 001 is to post questions received in response to the solicitation and to attach drawing no. 222-D-4061. The response date is extended to 2/22/2019 at 5:00 PM, PT. Questions: 1... The purpose of amendment 001 is to post questions received in response to the solicitation and to attach drawing no. 222-D-4061. The response date is extended to 2/22/2019 at 5:00 PM, PT. Questions: 1. Can you provide any detail outlining the suction supply to the pumps? What is the NPSHa or the minimum static head above pump suction? 2. Drawings of the suction sump with minimum water levels would help? 3. It would help to understand what the piping looks like and where it goes from the bottom of the pump. 4. Can you please clarify the below: Design Capacity: (gpm) 1000 1300 Total Design Head: (feet) 90 47 5. Can you please verify the shutoff head requirement? Is 130' a minimum or a maximum? Answer: 130' is the maximum Answers to the above questions can be found on the attached drawing, 222-D-4061. ******************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 4040424882TLM is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 19-01. This is a total Small Business set-aside under NAICS 333996 with an associated small business size standard of 1,250 employees. In addition, IAW FAR 52.219-6, businesses must provide products from itself, a small business, or only end items manufactured or produced by small business concerns in the United States or its outlying areas. The Bureau of Reclamation intends to award a Firm Fixed Price Purchase Order for the acquisition of the following: CLIN 0010 Vertical Turbine Pump, per specifications below, and drawing 222-117-28540 (see request information below) for additional information for pump #1, 1 each, at $_______ for a total of $________. CLIN 0020 Vertical Turbine Pump, per specifications below, and drawing 222-117-28540 (see request information below) for additional information for pump #2, 1 each, at $_______ for a total of $________. CLIN 0030 Training and start up, per specifications below to include cost of travel and per diem per the Federal travel regulations https://www.gsa.gov/travel-resources For a total of $___________. THIS EQUIPMENT IS BEING PURCHASED IN ACCORDANCE WITH FAR PART 13, SIMPLIFIED ACQUISTION PROCEDURES APPLY. Written, signed quotes on a company letterhead with contact information are due no later than February 13, 2019 by mail to or in person at Bureau of Reclamation, PO Box 620, Grand Coulee, WA 99133, or by electronic mail to tmest@usbr.gov. For information regarding this Request for Quotation, please contact Terry L. Mest, Contract Specialist at 509-633-9327. ? VERTICAL TURBINE PUMP REQUIREMENTS AND SPECIFICATIONS: GENERAL INFORMATION: This specification provides information for acquiring two (2) Vertical Turbine Drainage Pumps in the Left Powerhouse. This is a United States Bureau of Reclamation (USBR) hydroelectric power generating facility. The pumps are designated as #1 and #2 on drawing 222-117-28540; Left Power Plant, Drainage, Pumps, Plan. The drawing depicts pump #1-with sump connection. Both are vertical turbine pumps meeting the requirements of Table 1, located in these specifications. The pumps operate on a ‘Lead/Lag' control strategy. The Lead pump is alternated when the pumps turn off. These pumps are responsible for removing all drainage and seepage that accumulates in the Left Power House. This acquisition supports the ultimate goal of replacing the two (2) existing Layne & Bowler Vertical Turbine Pumps (circa 1939) with two (2) commercially available, Vertical Turbine Pumps. The existing pump has an outer (discharge) pipe, and an inner oil tube for the line shaft bearings and the upper pump bearing. All components, equipment and parts must be standard-sized, commercially available items. The existing base (suction) flange is an 8-inch elbow with an IPS 150-lb flange. Unlike some vertical turbine pump installations, this pump is not immersed in the sump (wet well). Instead, it is attached to the sump by piping. As such, the replacement pump must be able to prime itself through the suction (inlet) piping. Any proposed pump type that has priming holes in the discharge line will not be considered. The pump elevations, including suction, discharge, and motor sole plate elevations are provided on drawing 222-117-28540; Left Power Plant, Drainage, Pumps, Plan. The government will provide: 1. Fasteners and gaskets for connecting the pumps into the existing piping system, 2. Material for connecting the actuation and control system to the existing power supply, 3. Conduit and related fittings for connecting the actuation control system to the pumps, 4. Mounting hardware for attaching components to structure, and 5. Wire. The manufacturer shall provide everything else, assembled and packaged as described herein. REFERENCES The work in this section is subject to the requirements of applicable portions of the following standards: 1. Hydraulic Institute 2. AISI - American Iron and Steel Institute 3. ANSI - American National Standards Institute 4. ASTM - American Society for Testing and Materials 5. AWWA - American Water Works Association 6. IEEE - Institute of Electrical and Electronics Engineers 7. NEMA - National Electrical Manufacturers Association 8. NEC - National Electrical Code 9. ISO - International Standards Organization 10. UL - Underwriters Laboratories, Inc. SUBMITTALS Shop Drawings: Submit for fabrication a schedule of the pumps and discharge piping. At minimum, the shop drawing submittal shall include the following: 1. Elevations and details of each pump; 2. Details of construction including, location of piping flanges, mounting details, discharge column sections, and details of connections; 3. A complete set of performance curves showing: • Total head (in feet) as a function of capacity (gpm), and • NPSH required (in feet) as a function of capacity (gpm), and • Brake HP as a function of capacity (gpm), and • Pump efficiency gradient lines near the design duty point; 4. A detailed list of materials, demonstrating compliance with Table 2 of these specification; 5. Show anchorage and accessory items; 6. Any other information necessary to indicate compliance with this specification. GENERAL This specification covers the Drainage Pumps. It is the intent of this specification that the pumps, motors, column and shafting, discharge head and ancillary components necessary for a complete and functional system shall be provided by the pump manufacturer for complete system responsibility. The new pumps must be dimensionally the same as the original equipment, without any modifications to existing piping, structure, hangers or fasteners. The vendors attention is directed to Drawing 222-117-28540; Left Power Plant, Drainage, Pumps, Plan. Pumps #1 and #2 do not have the same elevation for the connection to the existing base elbow. PROCESS WATER VERTICAL TURBINE PUMPS AND MOTORS Performance Requirements Table 1 Design Duty Point Secondary Duty Point Design Capacity: (gpm) 1000 1300 Total Design Head: (feet) 90 47 Minimum Efficiency: (%) 80 Shut-off Head: 130 ft with continuously rising pump curve Maximum Pump Speed: 1,800 rpm Maximum NPSHR at Design Duty Point: 20 ft Number of Stages: 2 Maximum Pump Horsepower: 30 Variable Speed Service: N MOTOR The motor shall be NEMA MG-1 standard design B, Vertical Solid Shaft high thrust, WP-1 enclosure, squirrel cage induction full voltage type. Motor shall be a premium efficiency, 30 HP, 1800 RPM, 460 volt, 3?, 60 Hz. Each motor shall be capable of driving the pump under all head conditions without exceeding the rated capacity of the motor. Motor shall be supplied with a non-reverse ratchet. Ratchet shall be of drop in ball type. Motor shall conform to AIEE and NEMA, standards. 1. The motors shall be designed and manufactured to meet all applicable sections of NEMA MG1, 1993. 2. Motors shall be capable of operating at 1.0 service factor on inverter power. Nameplate sinewave service factor shall be 1.15 or greater. 3. Motors shall be rated for continuous operation in a 50º C ambient temperature 1,000 feet above sea level. 4. Motors shall not exceed class F insulation limits with 115º C allowable winding hot spot temperature, when operated on inverter power across the entire speed and torque envelope specified. 5. Motors shall meet NEMA design "B" performance levels. 6. Motors shall be nameplated for 30-60 hertz operation. The motor shall be capable of operating a variable torque load over 2:1 speed range. The pump/motor combination shall be capable of operating continuously at 30 Hz without overheating. The motor thrust bearing shall be designed to carry the hydraulic thrust plus the weight of the shaft and the impellers. The thrust bearing life expectancy shall have a five-year average rating based on 24 hours per day usage. The motor shall be capable of carrying up thrust equal to approximately 30% of the total down thrust. Bearings shall be oil or grease lubricated as per manufactures standard design. Each motor shall be provided with a corrosion-resistant nameplate giving the name of the manufacturer, horsepower, voltage, frequency, speed, efficiency and current for unit at full load. Discharge Motor Stand Assembly The Motor Stand shall be Fabricated Steel and shall support the motor, column, shaft, and pump assembly and be customized to fit the existing top plate as shown on the Plans. The bottom surface of the motor stand shall be machined smooth and the connection of the column to the discharge head shall be with a top column flange. Threading column directly into head is not acceptable. A tapped drain line connection shall be provided for the removal of the excess water to a drain. A cast iron tube nut with two rings of packing and packing follower shall be provided to tension the enclosing tube. A cast iron cap with bronze bushing and connection for the oil feed to the column tube shall also be provided. Two-piece top shaft shall be threaded and coupled just above the stuffing box. Column Assembly The friction loss in the column shall not exceed 5 feet per 100 feet of column, based on the rated capacity of the pump. The weight and size of the column shall be no less than required in AWWA spec El 01-1 and shall be furnished in interchangeable sections. The line shafting shall be a minimum of 1.00" diameter. The shaft shall be coupled with AISI 410 stainless steel coupling. Pump Bowl Assembly The pump bowls shall be of close-grained cast iron, having a minimum tensile strength of 30,000 pounds per square inch, free from blow holes, sand holes, and all other faults; accurately machined and fitted to close dimensions. Bowls are to be coated inside with a smooth vitreous enamel to reduce friction losses, corrosion and sand wear in the water passages to increase efficiency. Each intermediate bowl shall be constructed by using a bronze bearing and a neoprene bearing to support the impeller shaft to increase life and abrasion resistance, based on the widest range of pump conditions. Pumps utilizing only bronze intermediate bearings shall not be considered equal. The bowl shall provide a side seal at the impeller skirt and in addition, a resilient neoprene ring reinforced with an imbedded steel core, shall be installed in the bowl directly below the impeller skirt. To reduce the wear of the impeller skirt and protect the bowl from damage, this field replaceable "lateral seal ring" is required. Original capacities and efficiencies are to be maintained by adjustment of the top shaft nut at the top of the motor. The impellers shall be of aluminum bronze meeting ASTM B148 enclosed type only, accurately machined and finished, and balanced. They shall be securely fastened to the impeller shaft with a steel taper bushing. The impeller shaft shall be of stainless steel of not less than 12% chrome. The impeller shaft shall be supported by a combination of water lubricated, fluted rubber and bronze bearings. Discharge and suction cases shall both be fitted with steel sand collars. All bowl bolting shall be of stainless steel. Coatings The assemblies indicated shall be coated with a fusion bonded epoxy level 2 with a dry film thickness of 10-12 mil. All surface preparation shall be in accordance with the coating manufacturer's recommendations. 1. Bowl unit---inside vitreous enamel and outside surface fusion bonded epoxy coating 2. Column inside surface---fusion bonded epoxy coating 3. Column outside surfaces---fusion bonded epoxy coating 4. Discharge head exterior surfaces-manufacturers standard air-dry enamel 5. Discharge head inside surfaces---fusion bonded epoxy coating Materials of Construction: Table 2 Part Description Standard Enclosed Line Shaft (ELS) ASTM A276 Type 410 Impeller Shaft ASTM A582 Condition T Part Description Standard Top Bowl ASTM A48 Class 30, Enameled Top Std Bowl ASTM A48 Class 30, Enameled Standard Bowl ASTM A48 Class 30, Enameled Suction Casing Threaded ASTM A48 Class 30 Suction Bell Casing ASTM A48 Class 30 Suction Casing Plug ASTM Al 26 Class B Impeller ASTM B148 Aluminum Bronze Impeller Collets ASTM A108 Grade 1215 Top Bowl Bearing ASTM B584 Alloy C93200 Top Std Bowl Bearing ASTM B584 Alloy C93200 & Neoprene Standard Bowl Bearing ASTM B584 Alloy C93200 ~ Neoprene Suction Casing Bearing ASTM B584 Alloy C93200 Caps, Screws or Studs and Nuts for Bowl Flanges Stainless Steel 18-8 Lateral Bowl Ring Neoprene with Steel Core Sand Collar ASTM A108 Grade 1215 Sand Collar Set Screw ASTM A582 type 303 Top Bearing Adapter Steel Reducing or Increasing Bearing Adapter ASTM A48 Class 30 Column Adapter Straight Type Steel Reducing or Increasing Column Adapter ASTM A48 Class 30 Suction Adapter Straight Type Steel Reducing or Increasing Suction Adapter ASTM A48 Class 30 START-UP SERVICES The process water pump system shall be fully tested before shipment for normal operation prior to connecting to the process water yard piping. Supplier shall provide the Engineer with written certification that the system is operational, fully functional, and ready for service. Contractor shall also provide the results for the pressure test as specified in the Submittal and Deliverable Sections. Training and maintenance instruction for the Owner shall not be done until the pump system is connected to the existing discharge piping by USBR personnel. Supplier shall include as part of the contract, the services of a factory-trained field representative from the manufacturer of the pump system to certify the installation per deliverables and observe the start-up of the system by USBR personnel. The field representative shall also be able to demonstrate operation, maintenance, troubleshooting of the pump system and train up to 10 onsite personnel to include demonstration of operation, maintenance, troubleshooting, and anything else for complete operation of the pumps. The field representative shall remain on the job until each pump is operating satisfactorily, up to maximum of two days (16 hours). The installed pumping units shall operate without excessive vibration. Balance of rotating parts shall be maintained throughout the pumps rated performance curve, which will include shut-off points. Vibration amplitude shall not exceed Hydraulic Institute limits, at any operating point along pump curve. Contractor shall provide for an independent vibration analysis to verify vibration requirements are met. Contractor shall be responsible to make required adjustments to ensure vibration is less than the maximum allowable amount. Excessive vibration will be defined as that which exceeds the limits outlined by the Hydraulic Institute. Perform on-site hydraulic testing for each pump to verify performance on the pump curve. Data shall include flow measurement and discharge pressure at three (3) different points for each pump. START-UP/PERFORMANCE TEST Each pump shall be supplied with a start-up kit comprising of the installation instruction manual, electrical wiring diagram and cover seals to make good any site losses during the commissioning period. In addition, sufficient pump commissioning tools shall be supplied to enable pump set up and adjustment during system testing and site installation commissioning. PACKAGING AND SHIPPING REQUIREMENTS: All items shipped must be packaged, labeled and shipped in appropriate containers to prevent damage during transit. However, each pump must also be "bundled" to keep everything together. Parts for each individual pump shall be labeled as PUMP #1 or PUMP #2, as appropriate. CERTIFICATION OF COMPLIANCE & QUALITY CONTROL: As specified above, the supplier is to provide the total cost for two (2) Vertical Turbine Pumps as specified above. Each pump must be factory tested before shipment. The supplier must provide documentation that each pump has been tested and met the specifications in this document. The test documentation must include the date of the test and reference to the individual that did the test (by initial, stamp, or other identification). The supplier must supply a written guarantee that the purchased valves are free from material and/or manufacturing defects. The supplier must certify that the purchased valves meet or exceed the requirements presented herein. The supplier must furnish information about the parts in the kits. The pump must have a corresponding "cut sheet" that lists the manufacturer, type, style, etc. It must have a drawing with part numbers listed, so repair parts can be ordered later, if necessary. The manufacturer's operation and maintenance information must be included. The same is true for the electric motor. The only exception to this requirement is for small, generic items that don't normally have any specific maintenance requirements; i.e., light bulbs, screws, push buttons, etc. The supplier must furnish a drawing that shows how all the parts connect together (i.e., discharge piping, a wiring diagram). The wiring diagram must show where the main power comes in and how the pump is to be connected. All documentation submitted must be neatly bound or assembled in a 3-ring binder, in a clear and legible form, and in English. Contact information for the supplier and the parts manufacturers shall be listed on a sheet of paper in the front of the documentation packet. DELIVERABLES 1. Written certification and guarantee that the system is operational, fully functional, and ready for service, free from material and /or manufacturing defects. In addition, the valves meet or exceed the specified requirements. 2. Documentation of the pressure test results 3. Pump Commissioning Tools 4. Documentation that each pump has been tested and met the specifications in this document 5. Parts kit information and corresponding cut sheet along with drawings with parts numbers listed. 6. Drawings on how all the parts connect, along with a wiring diagram. WARRANTY Provide manufacturer's written warranty upon completion and acceptance of all work in this Section. Warranty shall include defects in material and workmanship for a period of one (1) year from the date of shipment. SITE VISIT After contract is awarded, vendor will coordinate with Grand Coulee POC to conduct a site visit and verify drawing and take all measurements of the pump area. This site visit will be used to ensure vertical turbine pumps are constructed to specifications spelled out in above paragraphs. GOVERNMENT FURNISHED PROPERTY (GFP) Drawing No. 222-117-28540 is available for reference and can be obtained by emailing Terry L. Mest at tmest@usbr.gov. For security purposes, a contact name, company name, physical address, phone and fax number, e-mail address, Dun and Bradstreet (DUNS) number, and Federal Tax ID number (TIN) must be submitted with the request. CONTACT INFORMATION Direct all comments and questions to Contract Specialist, Terry L. Mest, 509-633-9327, tmest@usbr.gov or Malena Sanderlin, 509-633-9515, msanderlin@usbr.gov ? CLAUSES 52.252-2 CLAUSES INCORPORATED BY REFERENCE - (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses - https://www.acquisition.gov/far/ (End of clause) 52.212-4 CONTRACT TERMS AND CONDITIONS -COMMERCIAL ITEMS - (OCT 2018) (End of Clause) Addendum to 52.212-4, Sub-clause (o), Warranty, is tailored to read as follows: (o) Warranty: Manufacturer's Standard Warranty is required. ADDENDUM TO 52.212-4 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) (End of Clause) ADDENDUM TO 52.212-4 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE - (OCT 2018) (End of Clause) ADDENDUM TO 52.212-4 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE - (JUL 2016) (a) Definition. As used in this clause- "Commercial and Government Entity (CAGE) code" means- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as an NATO CAGE (NCAGE) code. (b) Contractors shall ensure that the CAGE code is maintained throughout the life of the contract. For contractors registered in the System for Award Management (SAM), the DLA Commercial and Government Entity (CAGE) Branch shall only modify data received from SAM in the CAGE master file if the contractor initiates those changes via update of its SAM registration. Contractors undergoing a novation or change-of-name agreement shall notify the contracting officer in accordance with subpart 42.12. The contractor shall communicate any change to the CAGE code to the contracting officer within 30 days after the change, so that a modification can be issued to update the CAGE code on the contract. (c) Contractors located in the United States or its outlying areas that are not registered in SAM shall submit written change requests to the DLA Commercial and Government Entity (CAGE) Branch. Requests for changes shall be provided at https://cage.dla.mil. Change requests to the CAGE master file are accepted from the entity identified by the code. (d) Contractors located outside the United States and its outlying areas that are not registered in SAM shall contact the appropriate National Codification Bureau (points of contact available at http://www.nato.int/structur/AC/135/main/links/ contacts.htm) or NSPA at https://eportal.nspa.nato.int/AC135Public/scage/CageList.aspx to request CAGE changes. (e) Additional guidance for maintaining CAGE codes is available at https://cage.dla.mil. (End of Clause) ADDENDUM TO 52.212-4 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) (End of clause) ADDENDUM TO 52.212-4 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (End of Clause) ADDENDUM TO 52.212-4 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS - (DEC 2013) ADDENDUM TO 52.212-4 52.233-1 Disputes - (May 2014) ADDENDUM TO 52.212-4 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM - (OCT 2004) ADDENDUM TO 52.212-4 52.242-15 STOP-WORK ORDER - (AUG 1989) ADDENDUM TO 52.212-4 52.247-34 F.o.b. Destination. - (NOV 1991) ADDENDUM TO 52.212-4 DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) - APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at tmest@usbr.gov / msanderlin@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS - (OCT 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 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: [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 (June 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] [X] (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 (June 2003) (15 U.S.C. 644). [_] (ii) Alternate I (Oct 1995) of 52.219-7. [_](iii) Alternate II (Mar 2004) of 52.219-7. [_] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). [_] (17)(i) 52.219-9, Small Business Subcontracting Plan (AUG 2018) (15 U.S.C. 637(d)(4)). [_] (ii) Alternate I (NOV 2016) of 52.219-9. [_] (iii) Alternate II (NOV 2016) of 52.219-9. [_](iv) Alternate III (NOV 2016) of 52.219-9. [_](iv) Alternate IV (AUG 2018) of 52.219-9. [X] (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. 657 f). [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 (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 (SEPT 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 (JULY 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 (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). (Executive Order 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)). (N...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »