SOLICITATION NOTICE
36 -- SPARE PARTS
- Notice Date
- 6/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333293
— Printing Machinery and Equipment Manufacturing
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
- ZIP Code
- 20228
- Solicitation Number
- RFQ12-26190
- Archive Date
- 7/5/2012
- Point of Contact
- Loni V Burton, Phone: 202-874-2677
- E-Mail Address
-
loni.burton@bep.gov
(loni.burton@bep.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- . I. OVERVIEW: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is under NAICS code 333293. This is a small business set-aside as described in FAR part 19.502-2. All qualified vendors may submit a quote referencing the request for quotation # BEP-RFQ12-26190. All qualified offers will be considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 including amendments effective May 18, 2012. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. STATEMENT OF NEED: The Bureau of Engraving and Printing has a requirement for the purchase of the following spare parts to be delivered to multiple locations: Items 1 thru 4 are to be delivered to the DC location. Items 5 thru 20 are to be delivered to the Fort Worth Location. (See delivery addresses listed in the terms and conditions). 1. 2E026449 SLIP RING UNIT HDA0020000 201 ENC ELECTRONICS (REPAIR PART FOR NEW COPE PRESS) (QTY = 3 EA) 2. 2A001225 CARRIER 19 X R PRESSURE SENSOR P/N HK05YZ007 (QTY = 12 EA) 3. 2M026579 BOLT L6291480-013 POSITION 665 REPAIR PART FOR THE I10 PRESS DLRG ID NO L5460370 (QTY =10 EA) 4. 2M027933 BEARING ROLLER NEEDLE DRAWN CUP INA BEARING NO. HK 3020 WITH INTER RING INA BEAR NO. IR 25 MM X 30 MM X 20.5 REPAIR PART FOR MACHINE SHOP (QTY =9 ASSEMBLY) 5. 2M024170 SUCKER FORWARDER 2 STEP SUCKER ADUJUSTABLE FEEDER NO. 45721 TYPE PAL 1 LIST NO. E-320 PAGE NO. AND ORDER NO. 6.000/10 FOR LEFT SIDE OF FEEDER HEAD HOLE IN FORWARDER SUCKER MUST BE 10MM. FORWARDER SUCKER MUST ONLY HAVE ONE CABLE AND ONE LEVER ATTACHED. REPAIR PART FOR MABEG FEEDER ON THE I-8 AND COPE-PAK PRESSES (QTY = 31 EA) 6. 2M023269 DISCFEED PART NO.36792 REPAIR PART FOR THE BAUMFOLDER MECH EXAMINER (QTY = 2 EA) 7. 2M023249 V-BELT PART NO.20753 REPAIR PART FOR THE BAUMFOLDER MECH EXAMINER (QTY = 4 EA) 8. 2M021073 PAPER ABRASIVE WET OR DRY TRI-M-ITE SHEET 9 IN WIDE 11 IN LONG 400-A GRIT 50-SHEETS PER PACK FOR GENERAL USE NORTON P/N 400A-T421 (MUST BE NORTON - NO SUBSTITUTES) (QTY = 14 PK) 9. 2M021071 PAPER ABRASIVE WET OR DRY TRI-M-ITE SHEET 9 IN WIDE 11 IN LONG 240-A GRIT 50-SHEETS PER PACK FOR GENERAL USE NORTON PART NO. 240A-T414 (MUST BE NORTON - NO SUBSTITUTES) (QTY = 18 PK) 10. 2E030205 STORAGE MEDIA-HARD DISK, 250GB SEAGATE BARRACUDA ES.2 OR EQUIVILANT REPLACEMENT PART FOR CVIS P/N 29110025 (QTY = 6 EA) 11. 2E026842 OVERLOAD CUT-OUT TYPE ABB P/N GHS271-K2 P/N L0057878 (REPAIR PART FOR SUPER SIMULTAN) (QTY = 2 EA) 12. 2E026046 PLC TYPE KV-10/T KEYENCE REPAIR PART FOR 4-A INSPECTION (QTY = 1 EA) 13. 2M029457 JOINT, 3301 T025, REPAIR PART FOR THE GLORY BANK NOTE COUNTING MACHINE, MODEL GND - 500 FOR MECHANICAL EXAM. (QTY = 4 EA) 14. 2E021993 ROLLER ASSY RIGHT ANGLE DRIVE MTR 205 MTR 6 PACK JET 100 ORDER NO 22.935. 41.2 0.25 K.W. 277/480 VOLT TYPE RF 63L/2 (WITHOUT BRAKE) REPAIR PART FOR COPE PAK PRESS (QTY = 9 ASSEMBLY) 15. 2E021280 MOTOR 1/2 H.P PART #24388 REPAIR PART FOR THE MECHANICAL EXAMINING MACHINE (QTY = 2 EA) 16. 2E021573 SWITCH LIMIT PART NO 682-YNI-683-100-980 REPAIR PART FOR COPE NUMEROPAKPRESS (QTY = 8 EA) 17. 2E022894 POTENTIOMETER R40K L6291660-012 REPAIR PART FOR I-10 PRESS (QTY =3 EA) 18. 2E024866 CLUTCH ELECTRO MAGNETIC GEAR TOOTH FOR UNLOADING OF COPEPAK BIELOMATIK DRUMS. MOENNINGHOFF ARTICLE NUMBER 665559. TYPE 546.23.1.4 24 VDC. NUMBER 54623-01014. 30 MM BORE. REPAIR PART FOR SUPERNUMEROTA 212 PRESS. (QTY = 4 EA) 19. 2E026536 SWITCH MAIN DLRG ID #L0750539 (REPAIR PART FOR I-10 PRESS AND SUPER SIMULTAN) (QTY = 1 EA) 20. 2E030488 SCREEN PART NO. L0048340 USED ON THE NOTASAVE III INSPECTION SYSTEM AND SOI PRESSES (QTY = 3 EA) III: INSTRUCTIONS: Interested parties shall provide a response in accordance with the below instructions. Response shall be provided on company letterhead. Please reference BEP- RFQ12-26190. All responses shall be submitted to the attention of Loni Burton. Offerors shall provide as part of their response the following; 1. Proposed pricing for the items listed in Section II above. Pricing shall include the cost of delivery/shipping; 2. Samples or drawings 3. Delivery date after receipt of award; 4. Payment and discount terms and conditions. 5. In addition, unless available via ORCA (i.e. www.orca.bpn.gov) Offerors are also to include a completed copy of their Representations and Certifications as per the provision 52.212-3, Offeror Representations and Certifications-Commercial Items. IV: DUE DATE: Responses are due no later than 2:30 P.M. Eastern Time, June 20, 2012. Responses will be accepted either via fax at 202-874-2200, by e-mail sent to loni.burton@bep.gov or via US mail. V. EVALUATION & AWARD: Award will be made to the lowest technically acceptable offer. VI. TERMS AND CONDITIONS: Destination. 52.252-2 Clauses Incorporated. by Reference. The full text of these clauses may be accessed electronically at: http://acquisition.gov/far. 1.0 Deliveries to WASHINGTON, D.C. ANNEX BUILDING - (LOADING DOCK ON "D" STREET SW, BETWEEN 13TH & 14TH STREETS SW): A. Vendors must call the appointment hotline at (202) 874-2333 twenty-four (24) hours in advance to schedule approximate delivery times. The hotline is manned from 6:30 am to 3:00 pm Monday through Friday. A voicemail message maybe left after normal working hours. Deliveries are accepted between 7:30 am and 2:30 pm, Monday through Friday, excluding holidays. B. Over the road vehicles having an overall height exceeding 12'6" (3.8 meters) empty, or an overall length exceeding 40' (12.2 meters) cannot be accommodated at our receiving platform. C. To resolve any delivery issue, please contact Shipping & Receiving at (202) 874-1149. 2.0 Deliveries to WESTERN CURRENCY FACILITY, 9000 BLUE MOUND ROAD, FORT WORTH, TEXAS: A. Vendors must call the Receiving Area at (817) 847-3822 at least twenty-four (24) hours in advance to schedule all deliveries. Appointments may be made during normal working hours of 7:00 am to 3:00 pm or after hours at (817) 847-3831. B. Receiving hours are from 7:00 am to 2:30 pm local time, Monday through Friday, excluding holidays. C. To resolve any delivery issue, please contact Shipping & Receiving at (817) 847-3831 or (817) 847-3822. 3.0 INVOICING AND PAYMENT INSTRUCTIONS: Contractors who require more information on the IPP program, including enrollment, can contact the IPP Customer Support Desk at (866) 973-3131 or email IPPgroup@bos.frb.org for assistance. If your company is unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: Invoices shall be submitted in accordance with the alternate invoicing procedure below: Original & 1 Copy to the Paying Office: Bureau of Engraving and Printing, 14th & C Streets, SW, Attn: OFM - Rm 302-28A, Washington, DC 20228. 1 Copy to the COTR identified in the Order and 1 Copy to the Contracting Officer identified in the Order (If applicable) 4.0 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998): This Agreement 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): http://www.arnet.gov/far/index.html. The following provisions and clauses are incorporated by reference and apply to this Purchase Order (includes amendments from FAC 2005-56 effective March 02, 2012): 52.204-7 Central Contractor Registration; 52.211-17 Delivery of Excess Quantities; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-11 Extras; 52.232-23 Assignment of Claim; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination. 52.252-2 Clauses Incorporated by Reference. The full text of these clauses may be accessed electronically at: http://acquisition.gov/far. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2012) (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: [Contracting Officer check as appropriate.] __ (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.) _x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (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). _x_ (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) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2012) (41 U.S.C. 2313). __ (8) 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). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 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). __ (11) [Reserved] __ (12)(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). __ (13)(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. __ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (15)(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. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (18) 52.219-16, Liquidated Damages-Sub-contracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(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. __ (20) 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). __ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). _x_ (23) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (Nov 2011). __ (25) 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Nov 2011). __ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). __ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). __ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). __ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 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.) __ (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) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (37)(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. _x_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (40)(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. __ (41) 52.225-5, Trade Agreements (MAR 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _x_ (42) 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). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 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)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (51)(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) 52.222-41, 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. (End of clause) Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause." Alternate II (Dec 2010). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows: (d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 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)). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (C) 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. (D) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (E) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (F) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (G) 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. (H) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (I) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (J) 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.). (K) 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.). (L) 52.222-54, Employment Eligibility Verification (Jan 2009). (M) 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. (N) 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ12-26190/listing.html)
- Place of Performance
- Address: 9000 BLUE MOUND RD, FORT WORTH, Texas, 76131, United States
- Zip Code: 76131
- Zip Code: 76131
- Record
- SN02776662-W 20120616/120615000512-94c6037f1cbb5791c15cf498ca825cc3 (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 |