Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

S -- Stanislaus River Parks Janitorial Service

Notice Date
8/14/2020 8:10:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
 
ZIP Code
94102-3406
 
Solicitation Number
W9123820TNEAL2
 
Response Due
8/24/2020 12:00:00 PM
 
Archive Date
09/08/2020
 
Point of Contact
James D. Neal, Phone: 4155036891
 
E-Mail Address
james.neal@usace.army.mil
(james.neal@usace.army.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Stanislaus River Parks Janitorial Service ***NOTE: This amendment is to post Questions and Answers.� �_ No questions were recieved. This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The solicitation number is W9123820TNEA2. This requirement is being solicited as Woman Owned Small Business Set-Aside competition. The North American Industry Classification System (NAICS) code is 561720, the business size standard is $18.0 Million, and the Project Service Code is S201 for Custodial, Janitorial Services. The Government will award a Firm-Fixed-Price (FFP) contract resulting from this Request for Quote (RFQ) to the responsible quote whose submission conform to the solicitation. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation cost. Project Description: The U.S. Army Corps of Engineers (USACE), Sacramento District is seeking to contract professional janitorial services for the Stanislaus River Parks Facilities. The contractor's work and responsibility shall include; all job planning, programming, scheduling, administration, inspection and management necessary to accomplish specified services. The contractor shall make sure that work is accomplished in accordance with the contract and all applicable laws, municipal codes, regulations, and/or written directives issued by the Contracting Officer. PERIOD OF PERFORMANCE: Base Year: 1 September 2020� to 31 August 2021 Option Year One (1): 1 September 2021 to 31 August 2022 Option Year Two (2): 1 September 2022 to 31 August 2023 Option Year Three(3): 1 September 2023 to 31 August 2024 Option Year Four (4): 1 September 2024 to 31 August� 2025 SUBMISSION REQUIREMENT: All interested firms shall submit a proposal in accordance FAR provision 52.212.-1 and shall include the information as stated below. Submission shall be in two (2) Volumes -- (Volume 1-Technical Capability and Volume 2 -Price Proposal). Volume 1, Technical Capability: �Cover letter containing: (1) The solicitation number; ���������� (2) The time specified in the solicitation for receipt of offers; ���������� (3) The name, address, and telephone number of the offeror; ���������� (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; ���������� (5) Terms of any express warranty; ���������� (6) Price and any discount terms; ���������� (7) �Remit to� address, if different than mailing address; ���������� (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); ���������� (9) Acknowledgment of Solicitation Amendments; ���������� (10) Past performance (11) Cage Code and DUNS number. 2.�������� Technical Capability Proposal, containing the submissions required by 52.212-2 EVALUATION -- COMMERCIAL ITEMS (OCT 2014) below for: a.�������� Factor 1: Technical Capability b.�������� Factor 2: Experience c.�������� Factor 3: Past Performance d.�������� Factor4: Price 3..������� Complete information required by FAR clauses 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (FEB 2016), and 52.212-3, Offeror Representations and Certifications - Commercial Items Volume 2, Price Proposal: 1.�������� Offerors shall complete and submit the Line Item Price Schedule. 2.�������� The Proposal should clearly identify any assumptions or exceptions upon which your Proposal is based. Any questions regarding this synopsis/solicitation, shall be submitted by e-mail to Mr. J. Dennis Neal james.neal@usace.army.mil) or telephone number (415) 503.6891 by 7 August 2020. Questions and Answers will be posted on beta.sam as an amendment on 14 August 2020. All Proposals (Volumes 1 & 2) must be received by email to james.neal@usace.army.mil prior to closing date/time. You will receive and email confirmation of receipt. If you are unable to provide an email. Please contact J. Dennis Neal by phone prior to closing date/time �Phone number 415-503-6891 No hand-delivered proposals will be accepted. Offeror shall demonstrate their ability to complete the tasks in the PWS in a single work day. 52.212-2��������� EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government�s evaluation will be based on the following Factors and Key Element: Factor 1: Technical Capability Factor 2: Experience Factor 3: Past Performance Factor 4: Price Technical, Experience, and Past Performance are equal and when combined, are significantly more important than Price. FACTOR 1 � TECHNICAL CAPABILITY The evaluation process will be accomplished as follows: Each offeror�s proposal shall be evaluated based on the Factors below, to determine if the offeror provides a sound, compliant approach that meets the requirements of the Performance Work Statement. Offers shall demonstrate their technical approach for performing the work. For each task, provide a brief statement describing the approach, identifying the percentage of work to be performed by the Offeror and the percentage to be performed by any Subcontractors, by name. Factor 2: EXPERIENCE Offeror shall provide a brief statement describing relevant work experience for contracts where the same or similar requirements were successfully performed. Offeror shall submit at least two (2) projects where similar tasks were successfully performed. Work experience shall include demonstrating your ability to respond to emergency servicing within 3 hours of notification. Offeror shall describe at least two (2) experiences in which the offeror performed according to the PWS for emergency services. Offeror shall identify type of equipment and materials that will be used to perform the tasks according to the PWS . Contractors Experience Form .Factor 3: Past Performance. 3.�������� Factor 3 PAST PERFORMANCE: Offeror shall demonstrate an acceptable past performance record. Offeror shall provide references, (up to 2 projects) for previous projects for services similar to the tasks described in the PWS. Past performance information obtained from sources other than those identified by references and other sources of information available to the Government will be used to evaluate whether the offerors overall past performance and quality of performance is acceptable. Past performance will be based on the Government�s knowledge of performance under current and previous contracts, information provided by references directly to the Government or through other means, or based on any other reasonable basis.(PPQ1) If past performance information is not available for the offeror; the offeror shall be assigned a neutral rating which is neither favorable nor unfavorable. PAST PERFORMANCE RATING High (H)��������� Past performance is unsatisfactory. Offeror is likely to cause significant disruption of delivery schedule, increased price, or unsatisfactory performance. Moderate (M)� Some past performance is unsatisfactory. Offeror can potentially cause some disruption of delivery schedule, increased price, or unsatisfactory performance. Low (L)���������� Past performance is satisfactory. There is little to no potential evidence of any performance issues that would cause disruption of delivery schedule, increased price or unsatisfactory performance. Neutral (N)����� Offeror has no past performance data, there is no knowledge of the offeror�s past performance, or past performance information could not be obtained. Factor 4: Price. The offeror�s Price proposal will be evaluated for Reasonableness and Balance. Reasonableness. Adequate price competition is expected to support the determination of reasonableness. Price analysis techniques may be utilized to further validate price reasonableness. Balance- Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or underestimated as indicated by the application of analysis techniques. (End of Provision) Quotes must be received no later than the date and time stated in the solicitation. Quotes received after the deadline are Late, and may not be considered for contract award. Site Visit: A site visit is scheduled for 31 July 2020 at 10:00 AM PDT. Vendors are encouraged to participate. Please contact Brady R. Wendt at email:� Brady.R.Wendt@usace.army.mil or Phone: (209) 881-3517. The following solicitation provisions will be incorporated by reference: https://www.acquisition.gov/ 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1 Instructions to Offerors - Commercial 52.217-5 Evaluation of Options 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certifications �Provisions incorporated by full text �52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) The following FAR clauses will be incorporated by reference: 52.203-6, Alt 1 Restriction on Subcontractor Sales to the Government 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-4 Printed or copied Double-Sided on Postconsumer Fiber Content Paper 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set Aside 52.222-55 Minimum Wages Under Executive Order 13658 52.223-10 Waste Reduction Program 52.223-11 Ozone-Depleting Substances 52.223-15 Energy Efficiency in Energy-Consuming Products 52.223-18 Encouraging Contractor Policies to Ban Text Mess aging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-39 Unenforceability of Unauthorized Obligation s 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment, and Vegetation, DFARS 252.201 -7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7003 Agency Office of the Inspector General, 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.211-7003 Item Unique Identification and Valuation 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program 252.227-7013 Rights in Technical Data - Noncommercial Items 252.227-7018 Rights in Noncommercial Technical Data and Computer's Software-Small Business Innovation Research (SBIR) Program 252.227-7019 Validation of Asserted Restrictions - Computer Software 252.227-7028 Technical Data or Computer Software Previously Deliver ed to the Government 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 - Electronic Submission of Payment Requests 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 2013) 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017) ALTERNATE I (OCT 2014) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2017) (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)������� 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b)������� The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) 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 2016) (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 (July 2013) (41U.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. X (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ����������� (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (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 (Nov 2016) 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-Subcon-tracting 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 (July 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). ����������� (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). X (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). 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 (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ����������� (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). X (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.) X (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ����������� (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ����������� (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693). ����������� (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693). ����������� (38) (i) 52.223-13, Acquisition of EPEAT� Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ����������� (ii) Alternate I (OCT 2015) of 52.223-13. ����������� (39)(i) 52.223-14, Acquisition of EPEAT� Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ����������� (ii) Alternate I (Jun 2014) of 52.223-14. ����������� (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ����������� (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-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). X (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693). ����������� (44) 52.223-21, Foams (June, 2016) (E.O. 13693). ����������� (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). ����������� (ii) Alternate I (JAN 2017) of 52.224-3. ����������� (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ����������� (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ����������� (ii) Alternate I (May 2014) of 52.225-3. ����������� (iii) Alternate II (May 2014) of 52.225-3. ����������� (iv) Alternate III (May 2014) of 52.225-3. ����������� (48) 52.225-5, Trade Agreements (Oct 2016) (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 (July 2013) (31 U.S.C. 3332). ����������� (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 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)(12)). ����������� (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ����������� (ii) Alternate I (Apr 2003) of 52.247-64. (c)������� The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ����������� _(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495).� X (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). X (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). X (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (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). X (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658). 9 (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). ����������� _ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d)������ Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d)������ if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1)������� The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2)������� The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3)������� As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)������� (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� (i)�������� 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii)������� 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii)������ 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv)������ 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v)������� 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi)������ 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii)����� 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii)���� 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix)������ 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x)������� 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi)������ 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii)����� X (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ����������� _ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiii)���� 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.) (xvii) 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) (xiv)���� 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv)����� 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi)���� (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xvii)��� 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii)�� 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). (xix)���� 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xx)����� 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2)������� While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-6 Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of requirements. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. �52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 15 Days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) �52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rate s may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of expiration date of period of performance. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a)������� The Government may extend the term of this contract by written notice to the Contractor within 30 (insert the period of time within which the Contracting Officer may exercise th...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/acd03aa80ee242099f9490c444fec0e7/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN05758467-F 20200816/200814230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.