Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
SOLICITATION NOTICE

23 -- Travel Trailers - Package #1

Notice Date
2/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, Regional Office, 1617 Cole Blvd, Lakewood, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
1282AK18Q0010
 
Archive Date
3/29/2018
 
Point of Contact
Kim A Decker, Phone: 719-852-6211
 
E-Mail Address
kdecker@fs.fed.us
(kdecker@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Travel Trailer inspection criteria Travel trailer info sheet Contains the solicitation, Specifications, Instructions to Offerors for submitting quotes COMMERCIAL COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 1282AKQ0010 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This project is set aside for small business concerns under NAICS code 336214 Travel Trailer and Camper Manufacturing - Size Standard: less than 1,000 employees Scope of Work: Furnish and deliver two (2) travel trailers to be used as temporary living quarters for field-going personnel at remote work sites on National Forests. Trailer towing will vary from highway use to rough rocky road surfaces in all types of weather conditions. Maximum ground clearance is required. Delivery: Trailers shall be serviced, ready to use and delivered to the Administrative Site, 0291 Cty. Rd. 26, Monte Vista, Colorado. Delivery date: April 1 - May 1, 2018 The tires shall be properly inflated, wheel lug nuts shall be properly torqued, wheel bearings packed with grease and properly adjusted, hub meter installed, light assemblies operational, and electric break-away system installed and operational. Trailers shall be completely winterized, if delivered between October 1st and April 15th. Technical Specifications: Travel Trailers shall be fabricated from all new materials and be of current production year and model. The units shall be furnished with all parts and accessories necessary for efficient operation whether all such items are stipulated herein or not. Size: Total outside length, including tongue, shall not be less than 28 feet or more than 29.5 feet. Outside width shall not exceed 8 feet. The minimum inside height shall not be less than 6 feet 4 inches. Tongue length shall be 4 feet. Floor Plan: Bedroom to be separated from the kitchen by a privacy wall or door. Sleeping accommodation for two adults in the form of two permanent twin size beds that are a minimum of 32 inches wide and 78 inches long. Deluxe mattresses. (No foam mattresses). Kitchen: Shall be equipped with a microwave oven. Dinette: Slide-out with seating adequate for 4 adults. Table 72 inches wide by 36 inches deep minimum. Bathroom: Shall feature Marine Toilet, lavatory, medicine cabinet, one-piece seamless fiberglass tub and shower with shower door/curtain, vent with electric fan and switch. Individual shut-off valves for water supply lines for lavatory faucets. Living Area: Furniture shall include a convertible sofa sleeper (jack-knife style) minimum 71" wide. Entertainment: Built in AM/FM CD Stereo with 4 ceiling speakers is required. Chassis: Travel trailer(s) shall be equipped with tandem straight axles due to the need for maximum ground clearance. Springs shall be under axle. LT or ST rate 15/16 inch radial tires that meet or exceed the GTWR of the trailer, mounted spare tire with cover, jack, lug wrench, and four tripod stabilizing jacks (minimum 4000lb capacity) are required. Trailers shall be equipped with minimum of four 10 inch 12 volt electric brakes. Structure: For durability, due to the large percentage of off road use and heavy snow loads, the trailer's perimeter frame uprights shall be of manufacturer's strongest construction. Aluminum or wood construction is acceptable. If aluminum construction is utilized, walls and ceilings to be constructed with a minimum of 1 inch.062 aluminum extrusions or 1 inch tubing. Aluminum extrusions and tubing shall be joined by welding. If wood construction is utilized, wall studs to be minimum 2x2 inch with 2x3 inch reinforcement above all window and door openings. Either aluminum or wood roof structure requires construction to be a minimum 4" manufactured and engineered tapered trusses incorporating a rounded taper or crown to allow for support and water run-off. All wall and roof stud center spacing shall be maximum of 16 inches on wood or aluminum. Exterior walls to be fiberglass laminated. Cold Weather Use: All trailers shall be equipped with fiberglass and or Styrofoam insulation in the side walls and ceiling. Insulation rating shall be a minimum of R-7 in the walls and R-10 in the ceilings. Additionally, the underbelly of the trailer shall be enclosed. Sufficient insulation meeting minimum R-5 rating shall be installed directly above the underbelly cover. All plumbing, and holding tanks, shall be contained in the enclosed underbelly. All external corner and rails shall be sealed with butyl rubber in lieu of putty tape. All exterior seams and moldings shall be sealed with a 30 year minimum silicone sealant. Hitch: Travel trailers shall be equipped with emergency breakaway switch complete with wiring and 12 volt (minimum 730 MCA) rechargeable battery. A cable of sufficient length shall be provided to connect the breakaway switch to the towing vehicle. The battery shall be mounted and covered. Additionally, 2 permanently attached safety chains and hooks with sufficient strength to meet or exceed trailer weight rating shall be provided on the hitch. Lights and Wiring: LED Light Package. Trailer tail/stop light wiring plug at front of trailer to be 7 prong RV configuration. All external wiring for the lights and brakes shall be enclosed and protected with a wiring harness in the framework of the trailer and so fastened that it cannot become dislodged by rocks, roots, brush, vibrations. Wiring that is routed through metal panels shall be protected with rubber or plastic grommets. A lighted license plate bracket shall be provided on the rear of the of the travel trailer. Standards, Codes, and Regulations: Plumbing, heating, and electrical systems shall be designed and installed to conform to the requirements of applicable ANSI and RVIA standards. Range: Shall be LPG, 3 burner (2 small, 1 large 9,000 BTU) with oven. Range hood: Shall include light and 12v venting fan. Air conditioning: Two roof vents and one air conditioner are required. Furnace: Shall be LPG forced air ducted through subfloor. A rating of minimum 30,000 BTU with electronic ignition, outside venting, and manual thermostat is required. Floor outlet grills shall be metal. Refrigerator/Freezer: Shall function on both LPG and 110 volt AC electricity with a push button inside trailer for switching. Freezer and refrigerator shall have separate external doors. Minimum combined total cubic foot capacity for the refrigerator and freezer shall be 8 cubic feet. Refrigerator to be self-igniting. Hot Water Heater: LPG 6 gallon minimum, with fast recovery. Outside venting with manual thermostat and direct spark ignition is required. A water bypass kit shall be installed for ease of winterization. A detailed diagram and instructions for winterization shall be included. Systems Monitor Panel: Shall be provided to indicate the level of water supply, level of both holding tanks, and the condition of the battery. LPG Tanks: Dual 40 pound LPG tanks with regulator and automatic changeover system is required. A copy of instructions on how the dual tank changeover system operates is required in each trailer. Kitchen Sink: Stainless steel, two basin type with covers. Sink shall be large enough to lay a dinner plate flat on the bottom. Shut-off valves for each water line at the fixture is required. Faucet shall be mounted on the sink. Demand Water System: Shall be minimum 45 gallon tank size with 12V pump and include 110 volt heating pad. Tank shall be located inside, not underneath. Holding Tanks: Dual holding tanks, with minimum 26 gallon capacity each, are required. Tanks shall be enclosed and insulated. Discharge hose, 10 foot minimum, shall be furnished with sewer adapter and sewer ring. Cabinets and Closets: Travel trailers shall contain the volume of cabinets and closets normally associated with travel trailers of this size. Cabinet and closet doors shall be solid hardwood and mortise/tenon jointed. Windows: Windows shall be safety glass and largest size possible without compromising the structure (include window size being furnished). Egress windows shall be installed in compliance with code. A fold down rock guard which protects the front window from breaking or damage during transportation is required Drapes or Curtains: All windows shall have coverings. Flooring: Due to heavy use, all units shall have a minimum 45 mil thickness, all vinyl resilient floor covering throughout. Steps: Shall be retractable under the trailer and incorporate three steps. Fire Extinguishers: Travel trailers shall be furnished with one type-5, ABC-rated fire extinguisher. Fire extinguishers shall be mounted. Miscellaneous: Manufacturer may choose to delete decorative seals on trailer exterior. Alarms: Travel trailers shall be equipped with two battery smoke alarms, one at each end of the travel trailer. Trailers shall be also equipped with a propane and carbon monoxide gas/leak detector that incorporates an audible alarm in the event of gas detection. Each gas appliance shall contain its own gas safety valve and separate shut-off device. Offerors responding to this RFQ shall submit an information sheet (see Attachment B) for each travel trailer that includes the following: • Dealer business name, contact name, address, email address and phone number • Name of dealer's primary point of contact • Vehicle Identification Number • Serial Number • Manufacturer • Model Name • Model Year • Floor Plan Identification • List of items that are standard on the model • List of optional equipment installed on the vehicle by the manufacturer In addition, the offeror shall include the following: • List of any optional equipment that is installed by the dealer (if any) Additional Requirements: • Manufacturer's Literature: Operations, Parts, and Repair Manuals are required. One copy of all necessary manuals to properly operate, maintain and winterize the travel trailer, appliances, and accessories is required to be placed in each trailer. One additional set of manuals shall be sent along with the Statement of Origin. • Warranty: Manufacturer's standard warranty is acceptable (indicate the type and duration of warranty). Manufacturer's label and RVIA Certification shall be attached to the trailers. • Address for Statement of Origin or Bill of Sale Documents: US Forest Service Rio Grande National Forest 1803 W. Hwy. 160 Monte Vista, Colorado 81144 INSPECTION The following conditions are required by the government prior to a travel trailer being accepted by the government: 1. The dealer shall conduct a pre-delivery inspection (PDI) in accordance with the owner's manual and industry practice, and repair any issues discovered that render the travel trailer less than brand new, fully functional condition, in compliance with all manufacturer's specifications; and ensure that all systems and subsystems function as designed. This includes but is not limited to all electrical (including all electrical systems, switches, sockets, appliances, etc.); water (potable, gray and black) water; HVAC, gas and other systems. The travel trailers shall also have its exterior envelope checked to ensure that all seals are working properly. 2. Drivers must have copies of the PDI upon arrival at staging area. No PDI, no acceptance of the trailer. 3. Forest Service will conduct tests prior to acceptance of all units and any unit that fails will not be accepted. Inspection criteria can be found in Attachment C-Travel Trailer Inspection Criteria. Each inspection will take approximately 2-3 hours. Delivery drivers shall be required to stay with the unit until testing is complete and is either accepted or rejected by the Forest Service. Rejected unit s shall be immediately removed from the delivery location by the vendor at vendor's expense and a repaired/replacement unit shall be scheduled for delivery with the Contracting Officer's Representative (COR) within 72 hours. 4. All travel trailers must have a covered spare tire and lug wrench included. 5. The travel trailers shall be delivered with a new, unused battery, charged and connected so that all 12 volt Direct Current (DC) systems can operate. All electrical systems shall be verified as performing properly as part of the PDI check. 6. Contractor shall provide a checklist (original preferred; however a legible copy is acceptable) used for the PDI inspection to the Forest Service employee receiving the trailers. 7. Upon delivery, the trailers will not be accepted until they have been inspected by Forest Service or the agency's representative. The Forest Service inspection and acceptance at time of receipt does not limit or relieve the trailer provider or the trailer manufacturer of any warranty or other legal obligation. 8. Trailers must be immediately habitable and available for delivery when quote is submitted. 9. All deliveries shall be scheduled for either a morning delivery (between the hours of 0800-1200) or an afternoon delivery (between the hours of 1300-1500). Vendors shall adhere to their assigned delivery date and time for the trailers. Travel trailers that arrive outside of scheduled delivery date & time will not be accepted. CONTRACT ADMINISTRATION DATA: PAYMENT The "Submit Invoice-to" address for USDA orders is the Department of Treasury's electronic Invoice Processing Platform (IPP). All invoices shall be submitted via IPP. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at https://www.ipp.gov/index.htm. The successful offeror must register at https://www.ipp.gov/vendors/enrollment-vendors.htm upon contract award, if an IPP account has not previously been established. Contracting Officer (CO) Kim Decker USDA Forest Service 1803 W. Hwy. 160 Monte Vista, CO 81144 719-852-6211 Fax: 719-852-6264 email: kdecker@fs.fed.us 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017) QUOTE SUBMISSION INSTRUCTIONS: Complete quotes for each trailer (Attachment B), floorplan, brochures, clauses 52.209-11, 52.212-3, and email to kdecker@fs.fed.us by Wednesday, March 14, 2018 by 2:00 pm MST. All questions must be submitted via email to kdecker@fs.fed.us. For consideration in obtaining an award for the trailers, all offerors must provide their DUNS & Bradstreet number and have an active System for Award Management (SAM) registration (see www.sam.gov). These are both FREE registration programs. For help with registration, contact Colorado PTAC, Dennis Casey at 719-494-7270 or D.Casey@coloradoPTAC.org The price that the offeror is quoting to the government shall be provided to the government on Attachment B-Travel Trailer Information Sheet (i.e. a spreadsheet listing vehicle identification number, Manufacturer, model and floorplan identification, unit price and per unit shipping price). One for each trailer with floorplan and/or brochures for the proposed trailer. Offerors must include shipping cost per unit and are responsible to ship the units to the delivery address indicated. Any quote failing to provide Attachment B information sheets, brochures, floorplan, and DUNS & Bradstreet number will not be considered for evaluation. Vendor cannot be considered for award if they have no active SAM registration. 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. All offerors must provide a completed copy of 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2017) (see https://www.acquisition.gov/) OR the offeror must have completed their annual representations and certifications electronically at https://www.sam.gov/portal/public/SAM. If the offeror has completed SAM on-line, a copy of 52.212-3 can be pulled from the SAM website. 52.212-2 Evaluation-Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Travel trailers meet the specifications the Government has requested 2. Price Evaluation Process: Award will be made to Offeror whose offer is determined to be Technically Acceptable and with the lowest evaluated acceptable price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. CLAUSES AND PROVISIONS: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov/far https://www.dm.usda.gov/procurement/policy/agar.html 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership or Control of Offeror (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-20 Predecessor of Offeror (JUL 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (NOV 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (JAN 2011) of 52.219-4. __ (13) [Reserved] _X_ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Nov 2016) of 52.219-9. __ (v) Alternate IV (Nov 2016) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _ X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _ X_ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (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) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). __ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). __ (38)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (39)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. __ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). __ (44) 52.223-21, Foams (JUN 2016) (E.O. 13693). __ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. __ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). _X_ (47)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. _X_ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. __ (48) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). _X_ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). __ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-17, Nondisplacementof Qualified Workers (May 2014)(E.O. 13495). __ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 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. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/1282AK18Q0010/listing.html)
 
Place of Performance
Address: Rio Grande National Forest, Administrative Site, 0291 Cty. Rd. 26, Monte Vista, Colorado, 81144, United States
Zip Code: 81144
 
Record
SN04830239-W 20180223/180221231818-72ecaaad88be3fd532e78e3878d32c51 (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.