SOLICITATION NOTICE
R -- Subscription for Access to a Business Research Database
- Notice Date
- 6/25/2020 3:25:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511199
— All Other Publishers
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NB135000-20-02061
- Response Due
- 7/8/2020 9:00:00 AM
- Archive Date
- 07/09/2020
- Point of Contact
- Monica Brown, Phone: 3019750642
- E-Mail Address
-
monica.brown@nist.gov
(monica.brown@nist.gov)
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED 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; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES FOR CERTAIN COMMERCIAL ITEMS UNDER THE AUTHORITY OF FAR 13.5� This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-04, dated Aug 7, 2019.� 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer (monica.brown@nist.gov). Questions should be received no later than 12:00 p.m., July 1, 2020. �All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, on the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 511199 with a small business size standard of 500 employees. � All offerors shall provide a firm-fixed-price quotation for the following line item(s): Contract Line Item Number (CLIN�� �UNIT PRICE�� �APPLICABLE DISCOUNTS�� �TOTAL CLIN 0001 � Business Research Database ��� ��� ��� � STATEMENT OF WORK Subscription for Access to a Business Research Database � A.�� �Background NIST Librarians serve as a comprehensive institutional resource for information discovery, scientific publishing and research impact analysis, data visualization, data management, and more. �They partner with NIST Scientists and Leaders to tackle the agency�s most challenging information queries by providing high quality reference services, custom, comprehensive, and timely research products, and research support. � NIST Librarians are experts in information search and retrieval, synthesis, and interpretation. Frequently contributing to NIST research projects, the work of NIST Librarians supports laboratory decision-making, proposals, and research initiatives. �NIST Librarians are professional researchers who are in the business of answering questions, compiling results and providing expert analyses in easy-to-use formats. Using their knowledge of scientific literature and publishing patterns, the NIST Librarians are research partners throughout the entire research life cycle. In September 2019, NIST acquired access to MarketsandMarkets business research database because the NIST librarians required industry and technology profiles, in-depth sector analyses, quantitative data, and key statistics to answer customer queries to support their respective funding proposals, research initiatives, and business decision-making activities. Before acquiring access to the database, NIST librarians had to collate market research information from less robust and disparate sources, such as abstracts and press releases. Locating this information was labor intensive, prolonging response times and leaving room for assumptions and omissions. Customers received a caveat regarding this information deficiency and a recommendation to purchase their own industry analyses, costing thousands of dollars for a single report. �For that reason, the library identified an opportunity to enhance the quality of their research services and improve delivery time with a ready-to-implement solution that meets their customers� needs with the purchase of MarketsandMarkets.� � The purpose of this requisition is to continue access to MarketsandMarkets, an online database containing research reports of various industry and technology sectors. Reports are authored by expert analysts who continuously monitor market sectors for attributes such as size, scope, impact, growth trends, outlook projections, forecasts, needs and gaps, economic and demographic forces and influences, players, and product segmentation. Interactive visuals and sector comparisons provide a complete picture of each industry�s landscape. � Business research databases streamline access to high-quality market and economic information used by TPO and all of NIST: ��� �As a jumping off point to understanding how NIST research/products have impacted the economy (to show return-on-investment for the R&D costs) ��� �To identify companies/players/potential collaborators in specific industries, overviews of the landscape, gaps, forecasts, trends, opportunities and measurement needs for various technologies ��� �To provide strong economic data that justify funding requests NIST-wide for everything from new research projects to major lab equipment upgrades and laboratory renovations B.�� �Requirements for a business research database� 1.�� �Provide unlimited access to the following coverage areas: �3D Printing; �Biotechnology; Community and Connectivity Technology; Cybersecurity; Information Technology; Aerospace and Defense; Measurement and Instrumentation; Electronics (Semiconductor); Security (Surveillance); Industrial Automation and Process Control (smart manufacturing); Digital Transformation in the areas of Data and AI (Artificial Intelligence) and IoT (Internet of Things) strategic growth areas; Transformational Health (biosciences, medical devices) strategic growth areas; Energy and Environment; Visionary Science; Business and Financial Services; Mobility: Automotive and Transportation; and Metals and Materials (resins and polymers); Big Data; Blockchain; Nanotechnology; Robotics and Connectivity 2.�� �Provide subscription for 5 users 3.�� �Database functions shall include: � �� �3.1 The ability to search quickly and find relevant/related market studies--provide a search interface which enables easy access to full text content; a tool that is intuitive and easy to navigate within the database from one coverage area to another, easily saves and harvests information. �� �3.2 � Links to access key interest such as major trending topics, industry trends and major companies; market and company analysis sections to track markets and companies of interest; industry trends that identify high growth opportunities within each of the industries tracked; integrated public news data including major news/press release aggregators, companies� official websites, journals, and industry aggregator websites. �� �3.3 The ability to narrow down search results using advanced search criteria such as exclusion of irrelevant keyword/s; relevant keywords present in titles only; search in specific industry; and report publication year. �� �3.4 The ability to identify the fastest growing sub-markets within a target industry using forecasted Compound Annual Growth Rate (CAGR). �� �3.5 The ability for search results to automatically rank and graph the highest global growth markets. �� �3.6 �Administrative controls shall include the ability to (1) view user statistic such as total number of users, total number of logins, total number of page hits, total number of reports viewed and downloaded, etc.; (2) manage users such as edit user details, add and delete users; (3) set and edit account profile, preferences and alerts. � 4.�� �Provide published reports in required industries, sub-segments and research areas. 4.1�� �Reports shall be delivered in interactive view mode, PDF and/or HTML. � 4.2�� �Reports function shall have the ability to mark, save and view favorite reports, and access the recently viewed reports. 4.3�� �Provide reports for selected markets that includes competitive leadership mapping and relevant company profiles, enables users to filter out markets where selected companies are positioned and to identify current and future potential of each market by technologies, applications and key countries. 4.4�� �Contains detailed table of contents linked with report chapters with the ability to search for keywords throughout the report. 4.5�� �Ability to switch between various views: �Interactive, HTML and PDF views. 4.6�� � �Ability to download all or selected tables/figures. 4.7�� �Ability to translate reports into other languages such as Spanish, Chinese, � � � � � � � French, Japanese, German, etc. 4.8�� �Ability to request consulting services to provide customized reports of deep dive research on specific applications, geographies for specific market, which could include items such as graphics, co-presentation, updates, methodology and suggest titles. �Ability to create customized reports such as segmented chapters of reports, sub-segments of selected segments, export particular infographics to PowerPoint format; add multiple infographics to custom library; export particular tables to Excel format and add multiple tables to custom library. 4.9�� �Provide information on upcoming reports that lists all research to be conducted during the calendar year. 5.�� �Provide 24/7 electronic access to the desired content from NIST Researchers' desktops or anywhere within the NIST domain; 6.�� �Externally hosted database with IP authentication; 7.�� �Provide training and technical support 8.�� �The period of performance shall be for one base year and two(2), one(1)-year options. Base: � � � �9/30/2020 � 9/29/2021 Option 1: �9/30/2021 � 9/29/2022 Option 2: �9/30/2022 � 9/29/2023 C.�� �Delivery All content shall be accessed via the web. Internet connectivity shall make the content available to NIST personnel via IP authentication. The NIST IP addresses will be provided upon award. FAR 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS INSTRUCTIONS: System for Award Management (SAM) Registration In accordance with FAR 52.204-7, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. DUE DATE FOR QUOTATIONS Offerors shall submit their electronic quotations, via email, so that NIST receives them not later than 12:00 pm Eastern Time on July 8, 2020. �E-mail quotations shall be submitted directly to the Contract Officer at monica.brown@nist.gov. Please reference the RFQ number in the subject line of email communications. � � � Offerors quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above. Addendum to FAR 52.212-1, Quotation Preparation Instructions:� Incomplete quotations may be considered non-responsive and removed from further consideration. Quotations shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be appropriately numbered and identified with the name of the � � � offeror, the date, and the solicitation number. Volume I - Price Quotation: The offeror shall submit an electronic copy of the completed price quotation. The price quotation shall be separate from any other portion of the quotation. Price quotations shall remain valid for a period of 90 days from the date quotations are due.� Volume II � Technical Factor: The technical quotation shall include a detailed response addressing all requirements specified in paragraphs B and C of the SOW. �The response shall cross-reference the SOW item number that is being addressed. �All items must be addressed to be considered responsive. Volume III � Terms and Conditions� Provisions Quoters shall provide a completed copy of all provisions listed below: 1.�� �FAR 52.209-11 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Feb 2016) 2.�� �FAR 52.204-70 Predecessor Of Offeror (Jul 2016) Acceptance of Terms and Conditions (Addendum to FAR 52.212-1(b) (11)): If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state �The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:� [Contractor shall list exception(s) and rationale for the exception(s)]. �It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. �If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor�s acceptance of the Government�s terms and conditions for inclusion into the resultant purchase order.� Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the � �quoted price. However, the terms and conditions stated herein will be included in any resultant purchase order, not the terms and conditions of the Offeror�s FSS or GWAC contract, and the statement required above shall be included in the quotation. (End of provision) CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures (APR 2010) Evaluation Factors: The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results in the lowest priced, technically acceptable quotation, considering both price and non-price factors. The following factors will be used to evaluate quotations: (1)�� �Price: �Price shall be evaluated for reasonableness (2)�� �Technical: Determining that the business research database meets all the requirements of the SOW. (End of provision) Provisions Quoters shall provide a completed copy of all provisions listed below: 3.�� �FAR 52.209-11 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Feb 2016) 4.�� �FAR 52.204-70 Predecessor Of Offeror (Jul 2016) Acceptance of Terms and Conditions (Addendum to FAR 52.212-1(b) (11)): If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state �The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:� [Contractor shall list exception(s) and rationale for the exception(s)]. �It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. �If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor�s acceptance of the Government�s terms and conditions for inclusion into the resultant purchase order.� Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant purchase order, not the terms and conditions of the Offeror�s FSS or GWAC contract, and the statement required above shall be included in the quotation. (End of provision) PROVISIONS AND CLAUSES The following provisions and clauses apply to this acquisition and are hereby incorporated by reference.� All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. All CAR clauses may be viewed at http://farsite.hill.af.mil/VFCARA.HTM PROVISIONS FAR 52.204-7, System for Award Management (OCT 2016)� FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016)� FAR 52.204-17, Ownership or Control of Offeror (JUL 2016) FAR 52.204-18 Commercial And Government Entity Code Reporting (JUL 2016) FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation (NOV 2015) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran (OCT 2015) FAR 52.204-20 Predecessor Of Offeror (JUL 2016)� (a) Definitions. As used in this provision-- Commercial and Government Entity (CAGE) code means-- (1) An identifier assigned to entities located in the United States or its outlying areas by the� Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a� commercial or government entity; or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor. Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term ""successor"" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. (b) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated ""is"" in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the� last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: � � � (or mark ""Unknown""). �Predecessor legal name: � � �. (Do not use a ""doing business as"" name). (End of provision) FAR 52.209-11 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) (1)�� �In accordance with Sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by the Consolidated and Further Continuing Appropriations Act, 2015 funding may be used to enter into a contract with any corporation that- (a)�� �Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where an awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or (b)�� �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 the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2)�� �The Offeror represents that, as of the date of this offer- (a)�� �It is [�� �]�� �is not [�� �] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b)�� �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. (End of provision) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2017) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. CLAUSES FAR 52.204-13, System for Award Management Maintenance (OCT 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions�Commercial Items (JAN 2017)� FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (JAN 2018) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items. 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.)� XX (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).� __ (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] XX (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�Subcon-tracting 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).� XX (22) 52.219-28, Post Award Small Business Program Representation (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)).� XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).� XX (26) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).� XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).� XX (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).� XX (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).� XX (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.� XX (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).� XX (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.� XX (ii) Alternate I (May 2014) of 52.225-3.� __ (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).� XX (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)).� XX (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).� __ (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.]� XX (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).� XX (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).� XX (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 ...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/34eeca2c58914d4f880c818a73518bdb/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN05702698-F 20200627/200625230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |