SOLICITATION NOTICE
67 -- Digital Capture System - Attachment 2 - RFQ Information Sheet - Attachment 1 - Schedule of Prices
- Notice Date
- 9/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-11-Q-0028
- Archive Date
- 9/30/2011
- Point of Contact
- Cynthia D. Jones, Phone: 301-837-1860, Ann P Harrison, Phone: (301) 837-0772
- E-Mail Address
-
cynthia.jones@nara.gov, ann.harrison@nara.gov
(cynthia.jones@nara.gov, ann.harrison@nara.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 - Schedule of Prices Attachment 2 - RFQ Information Sheet This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Firm Fixed-Priced quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-11-Q-0028 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective August 4, 2011. This is an unrestricted acquisition, issued in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. The National Archives and Records Administration (NARA) intends to issue a contract(s) with firm fixed-priced contract line items (CLINs). EVALUATION: This is an unrestricted procurement, subject to Full and Open Competition. The Government reserves the right to issue multiple contracts, as well as award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR 13.5 in conjunction with Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation and in accordance with the guidance at FAR 12.301(c)(2). A contract will be issued to the Contractor(s) whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this procurement will be obtained through a lowest price technically acceptable evaluation. For evaluation purposes, the firm-fixed price for each CLIN will be determined by multiplying the Unit Price by the Quantity of units, and the total fixed price will be determined by summing the firm-fixed price of all CLINs. Contractors must provide pricing for each CLIN, including any Option CLINs. The Government will only accept commercial-off-the-shelf items. In order to facilitate a comprehensive Government evaluation, contractors quoting "Or Equal" products are required to submit itemized technical specifications for CLIN 0001 - 0003 that address each enumerated requirement of Attachment 3, Performance Work Statement. BACKGROUND: The purpose of this procurement is to purchase a single-shot capture high-resolution camera system consisting of a digital reprographics camera, high-resolution digital capture back, and camera control/image processing software. REQUIREMENTS: F.O.B. Destination pricing is requested for each CLIN, all delivery costs must be included in total firm fixed price. See Attachment 1, Schedule of Prices. Contractors must submit their pricing (USD) in accordance with RFQ Attachment 1, Schedule of Prices. Contractors must complete and submit Attachment 2, RFQ Information Sheet. See Attachment 3, Performance Work Statement for specifications. DELIVERY: Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. AFFIRMATION STATEMENTS: Contractors must confirm in their quote that all products quoted for CLINs 0001 - 0003 meet the Energy Star® or Federal Energy Management Program (FEMP) energy use requirements. QUESTIONS: Questions regarding this RFQ must be submitted in writing to Ms. Cynthia Jones no later than 12:00 PM EST on September 8, 2011. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. SUBMISSION OF QUOTATIONS: Three (3) copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Ms. Cynthia Jones (NAMA-11-Q-0028), 8601 Adelphi Road, Room 3400, College Park, MD 20740-6001 or e-mailed to: cynthia.jones@nara.gov. Quotations should be received by 12:00 PM EST on September 15, 2011. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant fixed price contract, with the exception of FAR provisions which will be removed prior to issuance of the order: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010) - Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision - a copy of the provisions can be found at https://www.acquisition.gov/far/; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) -- see Attachment 4, Terms and Conditions for Addenda to this clause; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2011) - see Attachment 4, Terms and Conditions for the full text of this clause; FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.232-18, Availability of Funds (Apr 1984). See Attachment 4, Terms and Conditions for additional applicable FAR provisions and clauses. ATTACHMENT 1 SCHEDULE OF PRICES CONTRACT LINE ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT OF ISSUE UNIT PRICE TOTAL FIRM- FIXED PRICE 0001 Phase One P65+ Digital Capture Back or equivalent, inclusive of delivery and one year warranty, (see Attachment 3, Performance Work Statement) 2 Each $ _______________ $ _________________ 0002 Digital Transitions Reprographics Camera (DTRCAM) System or equivalent, inclusive of delivery and one year warranty, (see Attachment 3, Performance Work Statement) 2 Each $ ________________ $ _________________ 0003 Capture One 6.1.1 Software or equivalent, inclusive of delivery and one year warranty, (see Attachment 3, Performance Work Statement) 2 Each $ ________________ $ __________________ 0004 Training on CLINs 0001 - 0003 in accordance with Section 6.0 of Performance Work Statement. $ ________________ $ ____________________ 0005 Option Year 1- (months 13-24) Maintenance and Support of CLINs 0001- 0003 in accordance with Section 5.0 of Performance Work Statement 1 Year $ _______________ $ ___________________ 0006 Option Year 2 -(months 25-36) Maintenance and Support of CLINs 0001- 0003 in accordance with Section 5.0 of Performance Work Statement 1 Year $ _______________ $ ___________________ 0007 Option Year 3 - (months 37-48) Maintenance and Support of CLINs 0001- 0003 in accordance with Section 5.0 of Performance Work Statement 1 Year $ _______________ $ ___________________ 0008 Option Year 4 - (months 49-60) Maintenance and Support of CLINs 0001- 0003 in accordance with Section 5.0 of Performance Work Statement 1 Year $ _______________ $ ___________________ TOTAL for all CLINs tiny_mce_marker________________ NOTES 1. Total Firm-Fixed Price must include cost for shipping. 2. BRAND NAME OR EQUAL ITEMS WILL BE EVALUATED: If providing other than brand name items Contractors MUST explicitly indicate this in their quote and MUST submit itemized technical specifications-that address the enumerated requirements of the Salient Characteristics-for each quoted item, to facilitate a comprehensive Government evaluation. 3. Contractors must provide the required affirmative statements and information in order for the quotation to be considered. 4. DELIVERY SCHEDULE: Equipment - 90 days after date of order. Installation and Training - Installation and Training will occur at a mutually agreeable time for the parties, but no later than 90 days after acceptance of equipment. Ship To Address: Archives II - 3301 Metzerott Road, College Park, MD 20740. Mark For Information provided in 52.212-4 Addenda. Attachment 2 RFQ Information Sheet Failure to provide the TAA Country of Production (if applicable) will result in no further consideration of the quotation. Vendors must complete this sheet and submit it with the Quotation. Failure to do so will render the quotation unacceptable for receipt of the order. Statutory/Regulatory Compliance TRADE AGREEMENT ACT COUNTRY OF PRODUCTION:_____________________ ENERGY STAR® OR FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED: YES_____ or NO_____ IPv6 COMPLIANT: YES____ or NO_____ SECTION 508 COMPLIANT: YES_____ or NO____ Specific Terms, Conditions, and Administrative information PAYMENT TERMS: DELIVERY DATE: NAME AND ADDRESS OF QUOTER: ________________________________________________________________________ TELEPHONE NO (INCLUDE AREA CODE): __________________________ FAX NUMBER: ___________________________ E-MAIL ADDRESS: _____________________________________ ENROLLED IN CENTRAL CONTRACTOR REGISTRATION? Yes____ No____ CAGE CODE NUMBER: _____________________________________ DUNS: _______________________________________ GSA CONTRACT #: (if applicable) __________________________________ Vendor Certification: [By signing the Vendor acknowledges that the information provided in response to this RFQ is correct.] NAME AND TITLE OF SIGNER: __________________________________ DATE OF QUOTATION: ___________________________________ SIGNATURE OF PERSON AUTHORIZED TO SIGN: ______________________________ Attachment 3 Performance Work Statement For Digital Capture System 1.0 INTRODUCTION Statement of Need The Digitization Services Branch (IDS) of Information Services of the National Archives and Records Administration (NARA) requires a single-shot capture high-resolution camera system consisting a digital reprographics camera, high-resolution digital capture back, and camera control / image processing software. Samples of image files created with system to be provided as part of vendor proposal. 2.0 BASIC REQUIREMENTS 2.1 This Performance Work Statement is for the purchase of equipment, training, and on-going maintenance and support of the equipment. 2.2 General Requirements - Equipment to be purchased Quantity Equipment and Services 2 Digital Camera Back 2 Digital Reprographics Camera 2 Camera Control Software Samples of image files created with system to be provided along with vendor quotes. Baseline Image Metrics and Compliance: System must comply with Federal Agency Digitization Guideline Initiative for still images: http://www.digitizationguidelines.gov/; and provide empirical data showing that system meets an overall performance metric of 4 star rating (Archive Master), for the following metrics: • Color Channel Mis-registration • Color Encoding Error • Illuminance Non Uniformity • Resolution • Sampling Frequency • Spatial Frequency Response (SFR) • Tone Response (OECF) • Total Noise • White Balance Error Images created with system must not show any objectionable artifacts: • Checker Boarding • Dead Pixels • Column Errors • Micro Distortions • Stitching Artifacts Vendor to provide all labor and materials necessary to deliver and install overhead camera equipment listed below: Phase One P65+ Digital Capture Back or equal product Salient Characteristics for Digital Capture Back: 1. Produce true optical 60 mega pixel resolution files 2. Uses single-shot capture: • to achieve exposure time of 1 second or less when paired with appropriate lights • to maintain consistent perspective across image with a lens centered on the copy plane 3. Is a true 48 bit device 4. Includes capture software (Mac OSX) Digital Transitions Reprographics Camera (DTRCAM) system or equal product Salient Characteristics for Digital Reprographics Camera: 1. Modular design to accommodate any digital back and a wide variety of lenses 2. A digital 72mm APO lens with electronic shutter and ability to resolve 130 line pair 3. Fully aligned components to ensure edge-to-edge sharpness. 4. A helical focusing system built to.005 inch tolerances with lens travel of no more than 15mm 5. A computer controlled capture system 6. A computer controlled composition system 7. A computer controlled focus system 8. A computer controlled electronic shutter system • Shutter has a Mean Time Between Failure (MTBF) rating of at least 1 million activations 9. An integration kit to capture back: • Allows digital captures to be made through computer and / or foot pedal • Allows user to control aperture and shutter speed through software • 1/10 f-stop control on aperture and 1/3 f-stop control on shutter speed Capture One 6.1.1 or equal product Salient Characteristics for Camera Control Software: 1. Full ICC color managed workflow (software allows for input device profiles, color space conversion, creation of custom input profiles within capture application, etc.) 2. The software is scriptable with other asset management and image editing applications 3. The software allows the user to control the naming and folder structure of both the captured and processed files 4. Live preview for image composition 5. Live focus to ensure image is focused on the capture system's sensor 6. TIFF and JPEG files can be processed individually or in batches 7. Capture may continue while processing a batch of images 8. Allows for immediate capture, without constraint of required job set-up or pre-populated data 9. Image editing capabilities such as output scaling, custom crops, color control, and de-skewing 10. True Bit Depths: 8, 16, 24, 48 bit 11. Software has metadata support (including XMP) with customizable keyword fields 12. System has even fielding tool to compensate for unevenness of lighting of lens vignette 13. Software must support linear response curve based on known aim points 14. Software allows user to save parameter settings 15. Allows user to save and share camera settings 3.0 PLACE OF PERFORMANCE Equipment to be delivered to the following location: National Archives and Records Administration Digitization Services Branch (IDS) 3301 Metzerott Road, College Park, MD 20740 Entrance for delivery will be via Metzerott Road 4.0 PERIOD OF PERFORMANCE Fully-functional units are to be delivered and production-ready no later than 90 days after date of award. Equipment documentation, including manual and schematics, are to be provided at the time of delivery in hard-copy or digital format. Training is to be completed no later than 90 days after acceptance of equipment. 5.0 MAINTENANCE AND SUPPORT Maintenance and support of the digital capture system shall include the following for 4 option years (if options are exercised): • Unlimited email and telephone support • Routine maintenance as needed and/or required by warranty • Repair of any malfunctions, including site visits if necessary • Loaner camera delivered within 24 hours 6.0 TRAINING An agent must provide expert training onsite at 8601 Adelphi Road, College Park, MD 20740. Training will be provided to staff after acceptance. Training will be for three days for up to five members of staff. The agent must supply paper copies of operating manuals that come with each product. The agent should also supply electronic copies of operating manuals if applicable. 7.0 ACCEPTANCE AND TESTING NARA will be allotted 60 days for acceptance testing of all equipment after installation. System may be returned to vendor should equipment not meet outlined criteria. 8.0 HOURS OF OPERATION Work must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA Contracting Officers Representative (COR) and the Contractor. 9.0 TASKS AND DELIVERABLES The deliverables are discussed in paragraph 2.1 above. 10.0 MISCELLANEOUS REQUIREMENTS 10.1 No transportation or travel expenses will be paid by NARA. ATTACHMENT 4 TERMS AND CONDITIONS The following clauses and provisions are incorporated and will remain in full force in any resultant firm-fixed price contract(s): I. FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS A. FAR 52.211-6, Brand Name or Equal (Aug 1999) The following provision is applicable to CLINs 0001 - 0003 for the digital camera back, digital reprographics camera, and the camera control software. Contractors must clearly demonstrate equality if quoting other than Brand Name for CLINs 0001 - 0003. (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of FAR provision 52.211-6). II. ADDENDA to FAR 52.212-4 A. GOVERNMENT CONTRACT SPECIALIST The Contract Specialist assigned to this order/contract is: Cynthia Jones, Contract Specialist Telephone: (301) 837- 1860 Email: cynthia.jones@nara.gov B. MARK FOR INFORMATION Contractor must include the following information clearly on shipping container address label: Award Number: tbd Accepting POC: tbd, Code: tbd Room: tbd C. INVOICE SUBMISSION REQUIREMENTS 1. All original invoices submitted for payment shall be sent electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel Files are the preferred format; however, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid 2. If electronic invoices are not possible a) Original invoices shall be sent to: ARC/ASD/NAR Avery Street 3-F Bureau of the Public Debt P.O. Box 1328 Parkersburg, WV 26106-1328 b) One copy to the Contract Specialist (identified above). c) One copy to: National Archives and Records Administration Attn: tbd, Code: tbd Room: tbd Email: tbd@nara.gov For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-7000 3. The contractor's invoice shall include the following information and/or attached documentation: (a) Name of the business concern and invoice date; (b) The complete contract number and/or delivery/task order number preceded by the letters NAMA; (c) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number(s); (d) Payment terms; (e) DUNS number; (f) Taxpayer's Identification Number (TIN); (g) Government Fund Cite; and (h) Government Organization ordering the items 4. All invoices for services must be submitted on a monthly basis. Invoices for supplies should not be submitted until the supplies have been received and accepted by the Government. 5. All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award. III. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2011) (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) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (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: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (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.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). __ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). __ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (10) [Reserved] __ (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (12)(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. __ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (14)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (16) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (17)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (19) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (22) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). __ (23) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). __ (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _X_ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (30) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). __ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (32) 52.222-54, Employment Eligibility Verification (JAN 2009). (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.) __ (33)(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.) __ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (35)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (39) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (40) 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). __ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (46) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (49)(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: __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 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 (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 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. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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. IV. ADDITIONAL APPLICABLE FULL-TEXT FAR CLAUSES A. FAR 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 rates 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. B. 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 within 30 days; 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 (5) years six (6) months. C. FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) This order 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 address: https://www.acquisition.gov/far/index.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-11-Q-0028/listing.html)
- Place of Performance
- Address: National Archives at College Park, 3301 Adelphi Road, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN02561494-W 20110904/110902235427-7ff58402b6d6b01fccb31f7aeb01f48c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |