Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOLICITATION NOTICE

X -- Las Vegas Firing Range Services

Notice Date
1/24/2023 11:37:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
Contracting Office
MISSION ESSENTIALS Springfield VA 20598 USA
 
ZIP Code
20598
 
Solicitation Number
70T05023Q6115N003
 
Response Due
1/27/2023 10:00:00 AM
 
Archive Date
02/11/2023
 
Point of Contact
Delisa Hawkins
 
E-Mail Address
Delisa.Hawkins@tsa.dhs.gov
(Delisa.Hawkins@tsa.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
In accordance with Federal Acquisition Regulation (FAR) 4.1102 quoters are required to be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted. (i) 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. (ii) The solicitation number is 70T05023Q6115N003. The solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. (iv) This acquisition is issued as a small business set aside basis.� The associated NAICS code is 713990 with a small business size standard of $7.5M. (v) List of line item numbers and items, quantities, and units of measure: 00001 �Base Period Firing Range Services �(February 1, 2023- December 31, 2023) 120 Days 0002 Option Year 1 Firing Range Services (January 1, 2024- December 31, 2024) 120 Days 0003 Option Year 2 Firing Range Services (January 1, 2025- December 31, 2025) 120 Days 0004 Option Year 3 Firing Range Services (January 1, 2026- December 31, 2026) 120 Days 0005 Option Year 4 Firing Range Services (January 1, 2027- December 31, 2027) 120 Days (vi) Description of requirements for the items to be acquired: Use/rental of an existing/established firing range. See attached Statement of Work for specific requirements for an acceptable firing range. (vii) Delivery, acceptance, and FOB point are at the contractor's facility. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial applies to this acquisition. There are no addenda to the provision. (ix) The provision at 52.212-2, Evaluation -- Commercial Items does not apply to the solicitation. The evaluation procedures to be used are as follows: � Award will be made using the lowest price technically acceptable (LPTA) selection process. Award may be made on initial quotations. Therefore, each initial quote should contain the quoter's best terms from a technical and price standpoint. However, the Government reserves the right to contact quoters if it is later determined by the contracting officer to be necessary or in the government's best interests. The LPTA process will proceed as follows: 1) Quotes may be removed from consideration for, but not limited to, the following reasons: � Quotes that are not received timely � Quotes that fail to follow the instructions in FAR Provision 52.212-1 � Quotes that fail to submit ALL required documentation/provisions � Quotes that have language inconsistent with the terms and conditions set forth in the solicitation 2) Quotes will be ordered by price from lowest to highest. 3) The Government will then review Factor 1 of the lowest priced quote. If the review finds that Factor 1 of the lowest priced quote is acceptable, the Government will then evaluate Factor 2 of the lowest priced quote. If the review finds that Factor 2 of the lowest priced quote is acceptable, that quote represents the best value to the Government and the technical evaluation process stops at this point. Contingent upon a subsequent determination of price reasonableness (Factor 3) and of contractor responsibility by the Contracting Officer, an award will be made to that quoter without further consideration of any other quoters. If the lowest quote is determined not to be acceptable for any reason, then the next lowest priced quote will receive an evaluation as described above. The process will continue in order by price until a quote from a responsible contractor is determined to be acceptable and priced fairly and reasonably. 4) USING THIS PROCEDURE, THE GOVERNMENT MAY NOT EVALUATE ALL QUOTES. (e) Each Factor will be evaluated as follows: Factor 1. Technical Acceptability Technical Acceptability will be rated on an ""acceptable"" or ""unacceptable"" basis as follows: Acceptable - The quoted range meets all technical criterion stated in the Statement of Work. Unacceptable - The quoted range does not meet all technical criterion stated in the Statement of Work. Factor 2. Past Performance Past performance will be rated on an ""acceptable"" or ""unacceptable"" basis as follows: Acceptable - Based on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter's performance record is unknown. (See note below.) Unacceptable - Based on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort Note: In the case of a quoter without a record of relevant past performance, or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability, ""unknown"" shall be considered ""acceptable."" Note: Quoters are not required or requested to submit past performance references. The Government will use public and Government-restricted sources (e.g. CPARS) to evaluate past performance. Factor 3. Price Price will not be rated. Price analysis will be conducted to determine reasonableness. Submission Requirements -Completed Pricing schedule -Acknowledgement of Statement of Work requirements -Most recent Lead Testing results in accordance with OSHA -Applicable fill in clauses and provisions -Subcontractor Agreement if Applicable (x) Quoters are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its quote. Quoters shall complete only paragraph (b) of this provision if they have completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Quoter has not completed the annual representations and certifications electronically, it shall complete only paragraphs (c) through (q) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. There are no addenda and a statement regarding any addenda to the clause. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. �There are addenda to the clause.� The following FAR clauses cited in the clause are applicable to the acquisition: Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products�and�Commercial Services�(dec�2022) (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 products�and�commercial services: (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�(Nov 2021)�(Section 1634 of Pub. L. 115-91). (3)�52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or Equipment.�(Nov 2021)�(Section 889(a)(1)(A) of Pub. L. 115-232). (4)�52.209-10, Prohibition on�Contracting�with Inverted Domestic Corporations�(Nov 2015). (5)�52.233-3, Protest After Award�(Aug 1996)�(�31�U.S.C.�3553). (6)�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 products�and�commercial services: __�(1)�52.203-6, Restrictions on Subcontractor Sales to the Government�(Jun 2020),�with�Alternate�I�(Nov 2021)�(�41�U.S.C.�4704�and�10�U.S.C.�4655). __�(2)�52.203-13, Contractor Code of Business Ethics and Conduct�(Nov 2021)�(�41�U.S.C.�3509)). __�(3)�52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009�(Jun 2010)�(Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_�(4)�52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards�(Jun 2020)�(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.�(Nov 2021)�(�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)�52.219-3, Notice of�HUBZone�Set-Aside or Sole-Source Award�(Oct 2022)�(�15�U.S.C.�657a). __�(12)�52.219-4, Notice of Price Evaluation Preference for�HUBZone�Small Business Concerns�(Oct 2022)�(if the�offeror�elects to waive the preference, it�shall�so indicate in its�offer) (�15�U.S.C.�657a). __�(13)�[Reserved] _X_�(14)�(i)�52.219-6, Notice of Total Small Business Set-Aside�(Nov 2020)�(�15�U.S.C.�644). __�(ii)�Alternate�I�(Mar 2020)�of�52.219-6. __�(15)�(i)�52.219-7, Notice of Partial Small Business Set-Aside�(Nov 2020)�(�15�U.S.C.�644). __�(ii)�Alternate�I�(Mar 2020)�of�52.219-7. __�(16)�52.219-8, Utilization of Small Business Concerns�(Oct 2022)�(�15�U.S.C.�637(d)(2)�and (3)). __�(17)�(i)�52.219-9, Small Business Subcontracting Plan�(Dec 2022)�(�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�(Jun 2020)�of�52.219-9. __�(v)�Alternate�IV�(Sep 2021)�of�52.219-9. __�(18)�(i)�52.219-13, Notice of Set-Aside of Orders�(Mar 2020)�(�15�U.S.C.�644(r)). __�(ii)�Alternate�I�(Mar 2020)�of�52.219-13. __�(19)�52.219-14, Limitations on Subcontracting�(Oct 2022)�(�15�U.S.C.�637s). __�(20)�52.219-16, Liquidated Damages�Subcontracting Plan�(Sep 2021)�(�15�U.S.C.�637(d)(4)(F)(i)). __�(21)�52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside�(Oct 2022)�(�15�U.S.C.�657f). _X_�(22)�(i)�52.219-28, Post Award Small Business Program Rerepresentation�(Oct 2022)�(�15�U.S.C.�632(a)(2)). __�(ii)�Alternate�I�(Mar 2020)�of�52.219-28. __�(23)�52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged�Women-Owned Small Business Concerns�(Oct 2022)�(�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�(Oct 2022)�(�15�U.S.C.�637(m)). __�(25)�52.219-32, Orders Issued Directly Under Small Business Reserves�(Mar 2020)�(�15�U.S.C.�644(r)). __�(26)�52.219-33, Nonmanufacturer Rule�(Sep 2021)�(�15U.S.C. 637(a)(17)). _X_�(27)�52.222-3, Convict Labor�(Jun 2003)�(E.O.11755). __�(28)�52.222-19, Child Labor-Cooperation with Authorities and Remedies�(Jan 2022)�(E.O.13126). _X_�(29)�52.222-21, Prohibition of Segregated Facilities�(Apr 2015). _X_�(30)�(i)�52.222-26, Equal Opportunity�(Sep 2016)�(E.O.11246). __�(ii)�Alternate�I�(Feb 1999)�of�52.222-26. _X_�(31)�(i)�52.222-35, Equal Opportunity for Veterans�(Jun 2020)�(�38�U.S.C.�4212). __�(ii)�Alternate�I�(Jul 2014)�of�52.222-35. _X_�(32)�(i)�52.222-36, Equal Opportunity for Workers with Disabilities�(Jun 2020)�(�29�U.S.C.�793). __�(ii)�Alternate�I�(Jul 2014)�of�52.222-36. _X_�(33)�52.222-37, Employment Reports on Veterans (Jun 2020) (�38�U.S.C.�4212). _X_�(34)�52.222-40, Notification of Employee Rights Under the National Labor Relations Act�(Dec 2010)�(E.O. 13496). _X_�(35)�(i)�52.222-50, Combating Trafficking in Persons�(Nov 2021)�(�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). __�(36)�52.222-54, Employment Eligibility Verification�(May�2022)�(Executive Order 12989). (Not applicable to the�acquisition�of commercially available off-the-shelf items or certain other types of�commercial products�or�commercial services�as prescribed in FAR�22.1803.) __�(37)�(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.) __�(38)�52.223-11,�Ozone-Depleting Substances�and�High Global Warming Potential Hydrofluorocarbons�(Jun 2016) (E.O. 13693). __�(39)�52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners�(Jun 2016)�(E.O. 13693). __�(40)�(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. __�(41)�(i)�52.223-14,�Acquisition�of EPEAT�-Registered Televisions�(Jun 2014)�(E.O.s 13423 and 13514). __�(ii)�Alternate�I (Jun2014) of�52.223-14. __�(42)�52.223-15, Energy Efficiency in Energy-Consuming�Products�(May�2020)�(�42�U.S.C.�8259b). __�(43)�(i)�52.223-16,�Acquisition�of EPEAT�-Registered Personal Computer�Products�(Oct 2015)�(E.O.s 13423 and 13514). __�(ii)�Alternate�I�(Jun 2014)�of�52.223-16. _X_�(44)�52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving�(Jun 2020)�(E.O. 13513). __�(45)�52.223-20, Aerosols�(Jun 2016)�(E.O. 13693). __�(46)�52.223-21, Foams (Jun2016) (E.O. 13693). __�(47)�(i)�52.224-3�Privacy Training�(Jan 2017)�(5 U.S.C. 552 a). __�(ii)�Alternate�I�(Jan 2017)�of�52.224-3. __�(48)�(i)�52.225-1, Buy American-Supplies�(Oct 2022)�(�41�U.S.C.�chapter�83). __�(ii)�Alternate�I�(Oct 2022)�of�52.225-1. __�(49)�(i)�52.225-3,� Buy American-Free Trade Agreements-Israeli Trade Act�(Dec 2022)�(�19 U.S.C. 3301 note,�19 U.S.C. 2112 note,�19 U.S.C. 3805 note,�19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 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�(Reserved)�. __�(iii)�Alternate�II�(Dec 2022)�of�52.225-3. __�(iv)�Alternate�III�(Jan�2021)�of�52.225-3. __�(v)�Alternate�IV (Oct 2022) of�52.225-3. __�(50)�52.225-5, Trade Agreements�(Dec 2022)�(�19�U.S.C.�2501,�et seq.,�19�U.S.C.�3301�note). _X_�(51)�52.225-13, Restrictions on Certain Foreign Purchases�(Feb 2021)�(E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __�(52)�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. Subtitle A, Part V, Subpart G Note). __�(53)�52.226-4, Notice of Disaster or�Emergency�Area Set-Aside (Nov 2007) (�42�U.S.C.�5150). __�(54)�52.226-5, Restrictions on Subcontracting Outside Disaster or�Emergency�Area (Nov2007) (�42�U.S.C.�5150). __�(55)�52.229-12, Tax on Certain Foreign�Procurements�(Feb 2021). __�(56)�52.232-29, Terms for Financing of Purchases of�Commercial Products�and�Commercial Services�(Nov 2021)�(�41�U.S.C.�4505,��10 U.S.C. 3805). __�(57)�52.232-30, Installment Payments for�Commercial Products�and�Commercial Services�(Nov 2021)�(�41�U.S.C.�4505,�10 U.S.C. 3805). _X_�(58)�52.232-33, Payment by�Electronic Funds Transfer-System for Award Management�(Oct2018)�(�31�U.S.C.�3332). __�(59)�52.232-34, Payment by�Electronic Funds Transfer-Other than�System for Award Management�(Jul 2013) (�31�U.S.C.�3332). __�(60)�52.232-36, Payment by Third Party�(May�2014)�(�31�U.S.C.�3332). __�(61)�52.239-1, Privacy or Security Safeguards�(Aug 1996)�(�5�U.S.C.�552a). __�(62)�52.242-5, Payments to�Small Business Subcontractors�(Jan 2017)�(�15�U.S.C.�637(d)(13)). __�(63)�(i)�52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels�(Nov 2021)�(�46 U.S.C. 55305�and�10�U.S.C.�2631). __�(ii)�Alternate�I�(Apr 2003)�of�52.247-64. __�(iii)�Alternate�II�(Nov 2021)�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 products�and�commercial services: __�(1)�52.222-41, Service Contract Labor Standards�(Aug 2018)�(�41�U.S.C.�chapter67). __�(2)�52.222-42, Statement of Equivalent Rates for Federal Hires�(May�2014)�(�29�U.S.C.�206�and�41�U.S.C.�chapter�67). __�(3)�52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and�Option�Contracts)�(Aug 2018)�(�29�U.S.C.�206�and�41�U.S.C.�chapter�67). __�(4)�52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May�2014) (�29U.S.C.206��and�41�U.S.C.�chapter�67). __�(5)�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). __�(6)�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). __�(7)�52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026�(Jan 2022). __�(8)�52.222-62, Paid Sick Leave Under Executive Order 13706�(Jan 2022)�(E.O. 13706). __�(9)�52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (�42�U.S.C.�1792). (d)�Comptroller General Examination of Record. The Contractor�shall�comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the�simplified acquisition threshold, as defined in FAR�2.101, on the date of award of this contract, 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 products�or commercial services. 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�(Nov 2021)�(�41�U.S.C.�3509). (ii)�52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii)�52.204-23, Prohibition on�Contracting�for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities�(Nov 2021)�(Section 1634 of Pub. L. 115-91). (iv)�52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or Equipment.�(Nov 2021)�(Section 889(a)(1)(A) of Pub. L. 115-232). (v)�52.219-8, Utilization of Small Business Concerns�(Oct 2022)�(�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 the applicable threshold specified in FAR�19.702(a) on the date of subcontract award, the subcontractor�must�include�52.219-8�in lower tier subcontracts that�offer�subcontracting opportunities. (vi)�52.222-21, Prohibition of Segregated Facilities�(Apr 2015). (vii)�52.222-26, Equal Opportunity�(Sep 2015)�(E.O.11246). (viii)�52.222-35, Equal Opportunity for Veterans�(Jun 2020)�(�38�U.S.C.�4212). (ix)�52.222-36, Equal Opportunity for Workers with Disabilities�(Jun 2020)�(�29�U.S.C.�793). (x)�52.222-37, Employment Reports on Veterans�(Jun 2020)�(�38�U.S.C.�4212). (xi)�52.222-40, Notification of Employee Rights Under the National Labor Relations Act�(Dec 2010)�(E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause�52.222-40. (xii)�52.222-41, Service Contract Labor Standards�(Aug 2018)�(�41�U.S.C.�chapter�67). (xiii) (A)�52.222-50, Combating Trafficking in Persons�(Nov 2021)�(�22�U.S.C.�chapter�78�and E.O 13627). (B)�Alternate�I�(Mar 2015)�of�52.222-50�(�22�U.S.C.�chapter�78�and�E.O.�13627). (xiv)�52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May�2014) (�41�U.S.C.�chapter�67). (xv)�52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements�(May�2014)�(�41�U.S.C.�chapter�67). (xvi)�52.222-54, Employment Eligibility Verification�(May�2022)�(E.O. 12989). (xvii)�52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026�(Jan 2022). (xviii)�52.222-62, Paid Sick Leave Under Executive Order 13706�(Jan 2022)�(E.O. 13706). (xix) (A)�52.224-3, Privacy Training (Jan 2017) (�5�U.S.C.�552a). (B)�Alternate�I�(Jan 2017)�of�52.224-3. (xx)�52.225-26, Contractors Performing Private Security Functions Outside the�United States�(Oct 2016)�(Section 862, as amended, of the�National Defense�Authorization Act for Fiscal Year 2008;�10 U.S.C. Subtitle A, Part V, Subpart G Note) (xxi)�52.226-6, Promoting Excess Food Donation to Nonprofit Organizations�(Jun 2020)�(�42�U.S.C.�1792). Flow down required in accordance with paragraph (e) of FAR clause�52.226-6. (xxii)�52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels�(Nov 2021)�(�46 U.S.C. 55305�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 products�and�commercial services�a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) � Clauses Incorporated by Full Text FAR 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 prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. � (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. � (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. ����������������������������������������������������������� (End of clause) 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): Acquisition.gov/far 52.202-1 Definitions (JUN 2020) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.212-4 Contract Terms and Conditions -- Commercial Items (DEC 2022) 52.223-3 Hazardous Material Identification and Material Safety Data (Feb 2021) 52.223-5 Pollution Prevention and Right-to-Know Information (May 2011) 52.223-6 Drug-Free Workplace (May 2001) 52.223-10 Waste Reduction Program (May 2011) 52.232-39 � Unenforceability of Unauthorized Obligations (Jun 2013) 52.246-4 Inspection of Services-Fixed-Price. (Aug 1996) (End of clause) TSA-INSTR:� CONTRACTING OFFICER�S REPRESENTATIVE (COR) AND TECHNICAL MONITORS� (Aug 2022) The principle role of the COR is to support the Contracting Officer in managing the contract.� This is done through furnishing technical direction within the confines of the contract, monitoring performance, ensuring requirements are met within the terms of the contract, and maintaining a strong relationship with the Contracting Officer.� As a team the Contracting Officer and COR must ensure that program requirements are clearly communicated and that the agreement is performed to meet them.� The principle role of the Technical Monitor (TM) is to support the COR on all work orders, tasks, deliverables and actions that require immediate attention relating to the approved scope and obligated funding of the contract action.�� The COR(s) and TM(s) may be changed at any time by the Government without prior notice to the Contractor, but notification of the change, including the name and phone number of the successor COR, will be promptly provided to the Contractor by the Contracting Officer in writing. The Contracting Officer hereby designates the individual(s) named below as the Contracting Officer's Representative(s) and Technical Monitor(s).� Such designations(s) shall specify the scope and limitations of the authority so delegated. ������� �������������� TSA CORs: ������� �������������� NAME: Maribel Coleman ����������� �������������� �������������� �������������� ������� �������������� EMAIL: �Maribel.Coleman@tsa.dhs.gov�� � The responsibilities and limitations of the COR are as follows: The COR is responsible for the technical aspects of the project and technical liaison with the Contractor.� The COR is also responsible for the final inspection and acceptance of all reports and such other responsibilities as may be specified in the contract. The COR may designate assistant COR(s) to act for him/her by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor.� The COR will maintain communications with the Contractor and the Contracting Officer.� The COR must report any observed fraud, waste, or opportunities to improve performance of cost efficiency to the Contracting Officer. The COR will immediately alert the Contracting Officer to any possible Contractor deficiencies or questionable practices so that corrections can be made before the problems become significant. The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract�s price, terms or conditions.� Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COR.� No such changes shall be made without the expressed prior authorization of the Contracting Officer.�� The COR is not authorized to direct the Contractor on how to perform the work. The COR is not authorized to issue stop-work orders.� The COR may recommend the authorization by the Contracting Officer to issue a stop work order, but the Contracting Officer is the only official authorized to issue such order. The COR is not authorized to discuss new proposed efforts or encourage the Contractor to perform additional efforts on an existing contract or order. The responsibilities and limitations of the TM are as follows: Coordinating with the COR on all work orders, task, deliverables and actions that require immediate attention relating to the approved scope and obligated funding of the contract action. Monitoring the Contractor�s performance in relation to the technical requirements of the assigned functional area of the contract to ensure that the Contractor�s performance is strictly within the contract�s scope and obligated funding.� Ensuring that all recommended changes in any work under the contract are coordinated and submitted in writing to the COR for consideration.� Informing the COR if the Contractor is not meeting performance, cost, schedule milestones.� Performing technical reviews of the Contractor�s proposals as directed by the COR.� Performing acceptance of the Contractor�s deliverables as directed by the COR.� Reporting any threats to the health and safety of persons or potential for damage to Government property or critical national infrastructure which may result from the Contractor�s performance or failure to perform the contract�s requirements.. TSA-INSTR:� SUBMISSION OF INVOICES (May 2022) Background:� The Transportation Security Administration (TSA) partners with the United States Coast Guard Finance Center for financial services in support of TSA operations, including the payment of contractor invoices.� Therefore, all contractor invoices must be submitted to, and will be paid by, the U.S. Coast Guard Finance Center (FinCen). Invoice Submission Method:� Invoices may be submitted via facsimile, U.S. Mail, or email.� Contractors shall utilize ONLY ONE method per invoice submission.� The submission information for each of the methods is as follows in order of preference: � It is the responsibility of the contractor to verify that invoices are received, regardless of the method of submission used.� Contractors may inquire regarding the receipt of invoices by contacting the U.S. Coast Guard Finance Center via the methods listed under Payment Status below. Address to mail invoices: United States Coast Guard Finance Center TSA Commercial Invoices P.O. Box 4111 Chesapeake, VA 23327-4111 Email Address:� FIN-SMB-TSAInvoices@uscg.mil� or www.fincen.uscg.mil Invoice Process:� Upon receipt of contractor invoices, FinCen will electronically route invoices to the appropriate TSA Contracting Officer�s Representative and/or Contracting Officer for review and approval.� Upon approval, the ...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f7758c99ad494a76a621bff5d792ea18/view)
 
Record
SN06571725-F 20230126/230124230106 (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.