Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
SOLICITATION NOTICE

J -- Maintenance and repair services for KEM and Steenbeck flatbed film viewers - Attachment 2 - RFQ Information Sheet - Attachment 1 - Schedule of Prices

Notice Date
8/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001, United States
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-13-Q-0074
 
Archive Date
9/13/2013
 
Point of Contact
Cynthia D. Jones, Phone: 301-837-1860, Santo C Plater, Phone: 301-837-2059
 
E-Mail Address
cynthia.jones@nara.gov, santo.plater@nara.gov
(cynthia.jones@nara.gov, santo.plater@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Schedule of Prices 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-13-Q-0074 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 2005-69 effective August 13, 2013. 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. BACKGROUND: The purpose of this procurement is to purchase maintenance and repair services for KEM and Steenbeck flatbed film viewers at the National Archives at College Park. The viewers are used to examine records that are either 35mm or 16mm film prints. REQUIREMENTS: 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. QUESTIONS: Questions regarding this RFQ must be submitted in writing to Ms. Cynthia Jones no later than 12:00 PM EST on August 23, 2013. 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: One (1) copy of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Ms. Cynthia Jones (NAMA-13-Q-0074), 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 August 29, 2013. 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 (Jul 2013); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2013) - 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 System for Award Management (SAM) 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 (Jul 2013) -- 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 2013) - 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. VIDEO/AUDIO FORM AND DESCRIPTION QUANTITY UNIT OF ISSUE UNIT PRICE TOTAL FIRM- FIXED PRICE 0001 Base Year Maintenance and repair of eight (8) KEM flatbed film viewers 8 Each visit $ _______________ $ _________________ 0002 Base Year Maintenance and repair of seven (7) Steenbeck flatbed film viewers 7 Each visit $ _______________ $ _________________ 0003 Option Year 1 Maintenance and repair of eight (8) KEM flatbed film viewers 8 Each visit $ _______________ $ _________________ 0004 Option Year 1 Maintenance and repair of seven (7) Steenbeck flatbed film viewers 7 Each visit $ _______________ $ _________________ 0005 Option Year 2 Maintenance and repair of eight (8) KEM flatbed film viewers 8 Each visit $ _______________ $ _________________ 0006 Option Year 2 Maintenance and repair of seven (7) Steenbeck flatbed film viewers 7 Each visit $ _______________ $ _________________ 0007 Option Year 3 Maintenance and repair of eight (8) KEM flatbed film viewers 8 Each visit $ _______________ $ _________________ 0008 Option Year 3 Maintenance and repair of seven (7) Steenbeck flatbed film viewers 7 Each visit $ _______________ $ _________________ 0009 Option Year 4 Maintenance and repair of eight (8) KEM flatbed film viewers 8 Each visit $ _______________ $ _________________ 0010 Option Year 4 Maintenance and repair of seven (7) Steenbeck flatbed film viewers 7 Each visit $ _______________ $ _________________ TOTAL for all CLINs tiny_mce_marker________________ 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. 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: _______________________________________ 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 MAINTENANCE AND REPAIR OF FLATBED FILM VIEWERS 1.0 INTRODUCTION Statement of Need The purpose of this contract is to provide maintenance and repair services four times per year for KEM and Steenbeck flatbed film viewers at Archives II, 3301 Metzerott Road, College Park, MD, 20740. The viewers are located in research rooms and certain office areas to examine records that are either 35mm or 16mm film prints. Currently, there are 7 Steenbeck and 22 KEM machines at Archives II. While there is no metric relating to customer satisfaction with the film flatbeds, we know from past experience that we need to maintain film flatbeds in good working condition to prevent complaints and to prevent any damage to motion picture film records. Due to financial pressures, NARA is unable to provide a budget to maintain all of the film flatbeds at this time. Priority for maintenance and repair will be given to the film flatbeds in the Motion Picture Research Room 4000, where machines are used frequently by researchers. 2.0 BASIC REQUIREMENTS The Offeror must price each CLIN as per machine per visit. 2.1 The Contractor must provide all labor, materials, equipment, parts (including light bulbs), test equipment, permits, fees, licenses, transportation, and tools for inspecting, reporting, servicing, and performing all preventative maintenance inspections and repairs necessary to maintain the microfilm readers in a safe and reliable operating condition. The Contractor must comply with the maintenance and repair requirements as stated in the manufacturer's specification for the film flatbeds listed below: Manufacturer Model Quantity Steenbeck ST-3511 4 Steenbeck ST-1201 2 Steenbeck ST-1200W 1 KEM KS2.16 4 KEM KS2.35 4 2.2 Work Procedure The Contractor must report to the Contracting Officers Representative (COR) or his designated representative prior to commencing work. Before beginning and upon completion of any scheduled or unscheduled service call, the contractor's service representative must sign in and sign out with the Security Desk and designated representative for each location. Repair Service Hours A. The flatbeds that are in use in Room 4000 will be available for repair or maintenance on site from 8:45 am to 5:00 pm Monday throughout Friday excluding Federal Holidays. B. In the event of a flatbed malfunction, the Contractor will be notified by the COR or his designated representative. The Contractor must respond via telephone or e-mail to the COR or designated representative within 4 hours after receipt of telephone notification. The Contractor must arrange to service the equipment during the next business day (Monday through Friday). Consulting with the COR to schedule a visit for maintenance is considered to satisfy this requirement. C. All scheduled maintenance must be coordinated with the COR or his designated representative at least 3 working days in advance. Preventative Maintenance A. Preventative maintenance must be performed in accordance with the reader manufacturer's specification. Preventative maintenance must include at a minimum: 1. Perform operation checks and correct any deficiencies noted in accordance with manufacturer's specification; 2. Clean, lubricate, replace, and adjust, mechanical parts in accordance with the manufacturer's specification; 3. Replace excessively worn or defective parts. Excessively worn parts are those parts that if not replaced may fail prior to the next scheduled preventive maintenance cycle; 4. Visually inspect the exterior of all flatbeds for damage and cleanliness and report any discrepancies to the COR or his authorized representative; and 5. Consult with the COR or his designated representative regarding flatbed performance. B. The Contractor must maintain, at a minimum, a 95% (less Flatbed maintenance downtime) flatbed uptime or in service rate for the research room flatbeds. In order to determine the uptime or in service rate, the COR or his designated representative will periodically and randomly check all of the flatbeds to verify their operability and then calculate whether the 95% uptime or in service rate is being maintained. 2.3 Replacement Parts The contractor must only use manufacturer's new original or factory refurbished parts in the performance of this contract, except when the manufacturer or its successor companies no longer provide new or factory service parts for a malfunctioning machine. In such cases, the Contractor will provide in writing to the COR how it concluded that new or factory refurbished parts are no longer available. 2.4 Warranty The Contractor must perform all work within the strict term and conditions of all existing commercial warranties (if any) on the equipment and must not perform work that would jeopardize said warranties. 2.5 Reports A. Upon work completion for each Contractor visit, the Contractor must submit a Contractor-designed inspection report to the COR or his designated representative. The report must include: 6. Contract Number 7. Date 8. Flatbed Number or Serial Number 9. Name of Service Technician 10. Maintenance Performed 11. Equipment Downtime 12. Part(s), is any, to be ordered 13. Signature and date from the COR or his designated representative. B. Two work days after the end of each month, the Contractor must submit a Contractor-designed report to the COR or his designate representative that documents the fact that a 95% or greater equipment uptime or in service rate for flatbeds in the research room has been maintained. The report must include the following: 1. Flatbed Number or Serial Number 2. Date 3. Service Downtime (in Hours) 4. Total monthly downtime for all machines (in hours and percent). 2.6 Invoices The Contractor will submit a monthly invoice for services provided the previous month. 3.0 PERIOD OF PERFORMANCE AND CONTRACT TYPE The period of performance is one base year plus four (4) option years, if applicable. The base year is estimated to commence September 28, 2013 through September 27, 2014. 3.1 CONTRACT TYPE Firm Fixed Price 4.0 PERSONNEL The Contracting Officer/COR may request the Contractor to immediately prevent any employee(s) from performing work under this contract should it be determined that individuals performing services are disqualified for either suitability or security reasons, are found to be unfit to perform their duties, or pose an unacceptable risk to Government equipment. 4.1 Employee Screening The Contractor must assure that all of their employees performing services under the contract have successfully passed the Contractor's screening process; are free of excessive use of alcohol, use of illegal drugs, violent and/or anti-social behavior, and dishonesty. 4.2 Employee removal The Contracting Officer or COR may request the Contractor to immediately prevent any employee(s) from performing work under this contract should it be determined that individuals performing services are disqualified for either suitability or security reasons, are found to be unfit to perform their duties, or pose an unacceptable risk to Government equipment or personnel. 4.3 Security The Contractor must provide the NPRC a list of the names of all employees having access to the Archives II location and must provide the names of all employees who have a completed background/criminal check. This will be required for any additional personnel and replacement vacancies. While on duty, contract workers must wear identification badges provided by the National Personnel Records Center. 5.0 INSPECTIONS NARA reserves the right, during business hours and without notice, to inspect the Contractor's processes, procedures, and deliverables during the performance of this work. 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. ADDENDA to FAR 52.212-4 A. GOVERNMENT CONTRACT SPECIALIST The Contract Specialist assigned to this order is: Cynthia Jones, Contract Specialist Telephone: (301) 837- 1860 Email: cynthia.jones@nara.gov B. GOVERNMENT POINT OF CONTACT (POC) The Government POC for this requirement is: TBD 8601 Adelphi Road, Room College Park, MD 20740 Telephone: Email: TBD C. MARK FOR INFORMATION Vendor must include the following information clearly on shipping container address label: Award Number: tbd Accepting POC: tbd, Code: tbd Room: tbd II. INVOICE SUBMISSION REQUIREMENTS A. The preferred method for invoicing is through the Invoice Processing Platform (IPP) which is a secure web-based electronic invoicing and payment information system. This service is provided by the U.S. Treasury's Bureau of the Fiscal Service free of charge to federal agencies and contractors. IPP allows contractors to view information regarding their contracts and orders, electronically submit invoices and view payment information. B. The IPP website address is https://www.ipp.gov. Contractors can obtain enrollment assistance by contacting the Fiscal Service Accounts Payable Help Desk via e-mail at AccountsPayable@bpd.treas.gov or by phone at 304-480-8000, Option 7. C. Contractors that are not able to utilize the IPP system for submitting payment requests may submit invoices electronically by e-mail to NAR@bpd.treas.gov. Microsoft Excel, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are acceptable formats. D. Invoices for services shall be submitted monthly unless otherwise stated elsewhere in the contract. E. For invoice and payment questions call the Fiscal Service AP Help Desk at 304-480-8000, Option 7. III. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2013) (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 2013) (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. (Aug 2013) (31 U.S.C. 6101 note). __ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, 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 (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). __ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (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-Subcon-tracting 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 (Jul 2013) (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 Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). _X (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). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (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). _X_ (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 (JUL 2012). (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 (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Nov 2012) of 52.225-3. __ (41) 52.225-5, Trade Agreements (NOV 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) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (44) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (45) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (46) 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)). __ (47) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (48) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (49) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (50) 52.232-36, Payment by Third Party (Jul 2013) (31 U.S.C. 3332). __ (51) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (52)(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) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). __ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (9) 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 (Jul 2013) (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) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (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 (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 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. (xv) 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-13-Q-0074/listing.html)
 
Place of Performance
Address: National Archives and Records Administration, 8601 Adelphi Road, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN03153546-W 20130821/130819235235-06fa190e443a2582fac9afab6ac5605e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.