SOLICITATION NOTICE
84 -- Coast Guard Medals
- Notice Date
- 7/31/2020 6:52:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339993
— Fastener, Button, Needle, and Pin Manufacturing
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- 70Z04020Q61727Y00
- Response Due
- 8/15/2020 8:00:00 AM
- Archive Date
- 08/30/2020
- Point of Contact
- Troy D Bowersox
- E-Mail Address
-
Troy.D.Bowersox@uscg.mil
(Troy.D.Bowersox@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ���This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number 70Z04020Q61727Y00 applies and is used as a Request For Quote (RFQ).� �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. � The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: � ITEM 1: NSN: 8455 01-096-0275 COAST GUARD ACHIEVEMENT MEDAL DECORATION SET THE DECORATION� SET SHALL CONSIST OF A REGULAR SIZE MEDAL, A MINIATURE SIZE MEDAL, A� SERVICE RIBBON, AND A LAPEL BUTTON, ALL INCLUDED IN A PRESENTATION CASE CONFORMING TO MIL-C-14633D, TYPE XVI, WITH A TYPE XVI, CLASS 4 PAD. REGULAR AND MINIATURE SERVICE MEDALS TO BE MADE IN ACCORDANCE WITH (IAW) MIL-DTL-3943E AND MIL-DTL-3943/67G. THE ACTUAL DIMENSIONS SHALL BE CONTROLLED BY THE GOVERNMENT LOANED HUB. RIBBON FOR THE PENDANT DRAPE AND SERVICE RIBBON TO BE MADE IAW MIL-DTL-11589F AND MIL-DTL-11589/134H. SERVICE RIBBON TO BE MADE IAW MIL-S-3951D, TYPE II, SIZE 1, WITH A WING TYPE CLUTCH. LAPEL BUTTON TO BE MADE IAW MIL-DTL-11484G AND MIL-DTL-11484/84D. THE ACTUAL DIMENSIONS SHALL BE CONTROLLED BY THE GOVERNMENT LOANED HUB. TOOLING FOR THE FABRICATION OF THE REGULAR AND MINIATURE MEDALS AND THE LAPEL PIN IS AVAILABLE FROM THE INSTITUTE OF HERALDRY. TOOLING MUST BE REQUESTED ON COMPANY LETTERHEAD PER ATTACHED EXAMPLE, ATTENTION TO MR. JOHN ORELSKI, E-MAIL JOHN.R.ORELSKI.CIV@MAIL.MIL, FAX (703)806-4987 REQUIRED TOOLING NUMBERS ARE: REGULAR SIZE MEDAL OBVERSE NUMBER 1230 REGULAR SIZE REVERSE NUMBER 1230X MINIATURE SIZE OBVERSE NUMBER 1684 MINIATURE SIZE REVERSE NUMBER 1684X LAPEL PIN NUMBER NUMBER 1680 ACQUIRE ONLY FROM TIOH CERTIFIED MANUFACTURERS. PRE-PRODUCTION SAMPLE REQUIRED FOR EVALUATION. CERTIFICATE OF COMPLIANCE REQUIRED FOR USE OF GOVERNMENT LOANED TOOLING. EACH UNIT TO BE INDIVIDUALLY PACKAGED/PACKED .IN A CLOSE FITTING PPP-B-566E STYLE II TUCK END BOX.. EACH UNIT TO BE MARKED IAW MIL-STD-129P(4). BAR CODING IN ACCORDANCE WITH ISO-IEC 16388- 2007, CODE 39 SYMBOLOGY IS REQUIRED. INSPECTION AT DESTINATION. NOTE: ONLY MANUFACTURERS ON THE INSTITUTE OF HERALDRY (TIOH) APPROVED MANUFACTURERS LIST CAN SUPPLY THIS ITEM. MFG NAME: MILITARY SPECIFICATIONS PART NUMBER: MIL-DTL-3943/67E QTY: 3000 SE UNIT PRICE: _______________ TOTAL PRICE:______________ ITEM 2: NSN: 8455 01-096-0276 MEDAL, COMMENDATION COAST GUARD COMMENDATION MEDAL DECORATION SET THE DECORATION SET SHALL CONSIST OF A REGULAR SIZE MEDAL, A MINI ATURE SIZE MEDAL, A SERVICE RIBBON, AND A LAPEL, BUTTON - ALL INCLUDED IN A PRESENTATION CASE CONFORMING TO MIL-C-14633D, TYPE XVI, WITH A TYPE XVI, CLASS 4 PAD. REGULAR SIZE AND MINIATURE SIZE SERVICE MEDALS TO BE MADE IN ACCORDANCE WITH (IAW) MIL-DTL-3943E AND MIL-DTL-3943/30J. SERVICE RIBBON TO BE MADE IAW MIL-S-3951D, TYPE II, SIZE 1 WITH A WING TYPE CLUTCH. RIBBON FOR THE PENDANT DRAPE AND SERVICE RIBBON TO BE MADE IAW MIL-DTL-11589F AND MIL-DTL-11589/27H LAPEL BUTTON TO BE MADE IAW MIL-DTL-11484G AND MIL-DTL-11484/23F. TOOLING FOR THR FABRICATION OF THE REGULAR AND MINIATURE MEDALS AND LAPEL PIN IS AVAILABLE FROM THE INSTITUTE OF HERALDRY (TIOH). TOOLING MUST BE REQUESTED ON COMPANY LETTERHEAD PER ATTACHED EXAMPLE, ATTENTION TO MR. JOHN ORELSKI, E-MAIL JOHN.R.ORELSKI.CIV@MAIL.MIL, FAX (703)806-4987 REQUIRED TOOLING NUMBERS ARE: REGULAR SIZE MEDAL OBVERSE NUMBER 1777 REGULAR SIZE MEDAL REVERSE NUMBER 1778 MINIATURE SIZE MEDAL OBVERSE NUMBER1779 MINIATURE SIZE REVERSE NUMBER 1780 LAPEL BUTTON NUMBER 2203 THE ACTUAL DIMENSIONS OF THE LARGE AND MINIATURE MEDALS AND LAPEL PIN SHALL BE CONTROLLED BY THE GOVERNMENT LOANED TOOLING. NOTE: ACQUIRE ONLY FROM TIOH CERTIFIED MANUFACTURERS. PRE-PRODUCTION SAMPLE REQUIRED FOR EVALUATION. CERTIFICATE OF COMPLIANCE REQUIRED FOR USE OF GOVERNMENT LOANED TOOLING. EACH UNIT TO BE PACKAGED/PACKED IN A CLOSE FITTING PPP-B-566 STYLE II TUCK END BOX.. EACH UNIT TO BE MARKED IAW MIL-STD-129P(4). BAR CODING IAW ISO/IEC-16388-2007 CODE 39 SYMBOLOGY IS REQUIRED. INSPECTION AT DESTINATION. MFG NAME: MILITARY SPECIFICATIONS PART NUMBER: MIL-DTL-3943/30G QTY: 2000 SE UNIT PRICE: _______________ TOTAL PRICE:______________ � � ITEM 3: NSN: 8455 01-171-5113 MEDAL, GOOD CONDUCT (RESERVE) COAST GUARD RESERVE GOOD CONDUCT SERVICE MEDAL SET. THE DECORATION SET SHALL CONSIST OF A REGULAR SIZE MEDAL, A MINI ATURE SIZE MEDAL, AND A SERVICE RIBBON, ALL INCLUDED IN A PRESENTATION CASE MADE IN ACCORDANCE WITH (IAW) MIL-C-14633D, TYPE XVI, WITH A TYPE XVI, CLASS 2 PAD. REGULAR AND MINIATURE SERVICE MEDALS TO BE MADE IAW MIL-DTL-3943E AND MIL-DTL- 3943/214D. RIBBON FOR THE PENDANT DRAPE AND SERVICE RIBBON TO BE MADE IAW MIL-DTL-11589F AND MIL-DTL-11589/91K. SERVICE RIBBON TO BE MADE IAW MIL-S-3951D, TYPE II, SIZE 1 WITH A WING TYPE CLUTCH. TOOLING FOR FABRICATION OF THE REGULAR AND MINIATURE MEDALS IS AVAILABLE FROM THE INSTITUTE OF HERALDRY (TIOH). TOOLING MUST BE REQUESTED ON COMPANY LETTERHEAD PER THE ATTACHED EXAMPLE, ATTENTION TO: MR. JOHN ORELSKI, E-MAIL JOHN.R.ORELSKI.CIV@MAIL.MIL, FAX (703)806-4987 REQUIRED TOOLING NUMBERS ARE: REGULAR SIZE MEDAL, OBVERSE: NUMBER 1647 REGULAR SIZE MEDAL, REVERSE: NUMBER 1648 MINIATURE SIZE MEDAL, OBVERSE: NUMBER 1649 MINIATURE SIZE MEDAL REVERSE: NUMBER 1650 THE ACTUAL DIMENSIONS SHALL BE CONTROLLED BY THE GOVERNMENT LOANED TOOLING. PRE-PRODUCTION SAMPLE REQUIRED FOR EVALUATION. CERTIFICATE OF COMPLIANCE REQUIRED FOR USE OF GOVERNMENT LOANED HUB. EACH UNIT TO BE PACKAGED IIN A CLOSE FITTING PPP-B-566 STYLE II TUCK END BOX. EACH UNIT TO BE MARKED IAW MIL-STD-129P(4). BAR CODING IAW ISO / IEC 16388-2007 CODE 39 SYMBOLOGY. INSPECTION AT DESTINATION. MFG NAME: MILITARY SPECIFICATIONS PART NUMBER: MIL-DTL-3943/214 QTY: 600 EA UNIT PRICE: _______________ TOTAL PRICE:______________ � ITEM 4: NSN: 8455 01-228-7012 MEDAL EXPERT RIFLE COAST GUARD EXPERT RIFLEMAN QUALIFICATION BADGE BADGE TO BE MADE IN ACCORDANCE WITH (IAW) MIL-DTL-3943E AND MIL-DTL-3943/369A. RIBBON FOR THE PENDANT DRAPE TO BE MADE IAW MIL-DTL-11589F AND MIL-DTL-11589/30G. THE ACTUAL DIMENSIONS OF THE BADGE SHALL BE CONTROLLED BY THE GOVERNMENT LOANED TOOLING. TOOLING FOR THE FABRICATION OF THE BADGE IS AVAILABLE FROM THE INSTITUTE OF HERALDRY. TOOLING MUST BE REQUESTED ON COMPANY LETTERHEAD PER ATTACHED EXAMPLE, ATTN TO: MR. JOHN ORELSKI, E-MAIL JOHN.R.ORELSKI.CIV@MAIL.MIL, FAX (703)806-4987 THE INSTITUTE OF HERALDRY (TIOH) TOOLING NUMBER IS 0471 FOR THE OBVERSE SIDE. REVERSE SIDE OF THE BADGE IS BLANK, THERE IS NO TOOLING FOR THE REVERSE SIDE. CERTIFICATE OF COMPLIANCE REQUIRED FOR USE OF GOVERNMENT LOANED HUB. PRE-PRODUCTION SAMPLE REQUIRED FOR EVALUATION. UNIT OF ISUE IS 'EA' (EACH) EACH UNIT TO BE INDIVIDUALLY PACKAGED/PACKED IN A CLOSE FITING SEALED PLASTIC BAG AND THEN IN A VARIATION 1, STYLE II PPP-B-566E TUCK END BOX IAW PARA 3.9.1.2 OF MILDTL- 3943E. EACH UNIT TO BE INDIVIDUALLY MARKED IAW MILSTD- 129P(4). BAR CODING IAW ISO-IEC 16388-2007, CODE 39 SYMBOLOGY IS REQUIRED. INSPECTION AT DESTINATION. NOTE: ONLY MANUFACTURERS ON THE INSTITUTE OF HERALDRY (TIOH) APPROVED MANUFACTURERS LIST CAN SUPPLY THIS ITEM. MFG NAME: MILITARY SPECIFICATIONS PART NUMBER: MIL-DTL-3628/60C QTY: 600 EA UNIT PRICE: _______________ TOTAL PRICE:______________ � ITEM 5: NSN: 8455 01-228-7013 MEDAL EXPERT PISTOL COAST GUARD EXPERT PISTOL QUALIFICATION BADGE BADGE TO BE MADE IN ACCORDANCE WITH (IAW) MIL-DTL-3943E AND MIL-DTL-3943 /370A. RIBBON DRAPE TO BE MADE IAW MIL-DTL-11589F AND MIL-DTL-11589/29G, BOX PLEAT TYPE DRAPE IN ACCORDANCE WITH MIL-DTL-3943E. PIN AND CATCH ATTACHMENT IN ACCORDANCE WITH INSTITUTE OF HERALDRY DRAWING B-13-5. TOOLING FOR THE FABRICATION OF THE BADGE IS AVAILABLE FROM THE INSTITUTE OF HERALDRY. TOOLING MUST BE REQUESTED ON COMPANY LETTERHEAD PER ATTACHED EXAMPLE, ATTENTION TO MR. JOHN ORELSKI, E-MAIL JOHN.R.ORELSKI.CIV@MAIL.MIL, FAX (703)806-4987 REQUIRED TOOLING FOR THE REGULAR SIZE BADGE OBVERSE IS NUMBER 0480. THERE IS NO TOOLING FOR THE REVERSE SIDE OF THE BADGE, THE REVERSE SIDE IS BLANK. THE ACTUAL DIMENSIONS SHALL BE CONTROLLED BY THE GOVERNMENT LOANED HUB. PRE-PRODUCTION SAMPLE REQUIRED FOR EVALUATION. CERTIFICATE OF COMPLIANCE REQUIRED FOR USE OF GOVERNMENT CONTROLLED HUB. UNIT OF ISSUE IS 'EA' (EACH). EACH UNIT TO BE IINDIVIDUALLY PACKAGED/PACKED IN A CLOSE FITTING SEALED PLASTIC BAG AND THEN A VARIATION 1, STYLE II, TYPE D, PPPB- 566E 2 TUCK END BOX IAW PARA 3.9.1.2 OF MIL-DTL-3943E. EACH UNIT TO BE INDIVIDUALLY MARKED IAW MILSTD- 129P(4). BAR CODING IAW ISO-IEC 16388-2007, CODE 39 SYMBOLOGY IS REQUIRED. INSPECTION AT DESTINATION. NOTE: ONLY MANUFACTURERS ON THE INSTITUTE OF HERALDRY APPROVED MANUFACTURERS LIST CAN SUPPLY THIS ITEM. MFG NAME: MILITARY SPECIFICATIONS PART NUMBER: MIL-DTL-3943/370 QTY: 400 EA UNIT PRICE: _______________ TOTAL PRICE:______________ � � ITEM 6: NSN: 8455 01-434-5554 MEDAL, GOOD CONDUCT (REGULAR) COAST GUARD GOOD CONDUCT SERVICE MEDAL SET THE DECORATION SET SHALL CONSIST OF A REGULAR SIZE MEDAL, A MINIATURE SIZE MEDAL, AND A SERVICE RIBBON, ALL INCLUDED IN A PRESENTATION CASE CONFORMING TO MIL-C- 14633D, TYPE XVI, WITH A TYPE XVI, CLASS 2 PAD. REGULAR SIZE AND MINIATURE SIZE SERVICE MEDALS TO BE MADE IN ACCORDANCE WITH (IAW) MIL-DTL-3943E AND MIL-DTL-3943/212E HAVING LEGEND, ""HONOR RESPECT DEVOTION TO DUTY"", ON REVERSE SIDE. THE ACTUAL DIMENSIONS SHALL BE CONTROLLED BY THE GOVERNMENT LOANED HUB. THE INSTITUTE OF HERALDRY (TIOH) TOOLING NUMBERS FOR THE REGULAR SIZE MEDAL ARE 1682 OBVERSE SIDE AND 1683 REVERSE SIDE. TIOH TOOLING NUMBERS FOR THE MINIATURE SIZE MEDAL ARE 2218 OBVERSE SIDE AND 2218X REVERSE SIDE. SERVICE RIBBON TO BE MADE IAW MIL-S-3951D, TYPE II, SIZE 1. RIBBON FOR THE PENDANT DRAPE AND SERVICE RIBBON TO BE MADE IAW MIL-DTL-11589F AND MIL-DTL-11589/31J. TOOLING INFORMATION MAY BE OBTAINED BY CONTACTING MR. JOHN ORELSKI, E-MAIL JOHN.R.ORELSKI.CIV@MAIL.MIL, FAX (703)806- 4987 PRE-PRODUCTION SAMPLE REQUIRED FOR EVALUATION. CERTIFICATE OF COMPLIANCE REQUIRED FOR USE OF GOVERNMENT LOANED HUB. UNIT OF ISSUE IS ""SET"" (SE). PACKAGING: THE PRESENTATION CASE SHALL THEN BE CLOSED AND A ONE INCH SNUG FITTING PAPERBOARD BAND SHALL BE PLACED AROUND THE WIDTH OF THE CASE. EACH CASE SO PREPARED SHALL BE PLACED IN A SNUG-FITTING SET UP PAPERBOARD BOX CONFORMING TO VARIETY I, STYLE II, TYPE D OF PPP-B-566 (CLOSURE SHALL BE IN ACCORDANCE WITH THE APPENDIX OF THE BOX SPECIFICATION). EACH UNIT TO BE MARKED IAW MIL-STD-129P(4). BAR CODING IAW ISO/IEC 16388-2007 CODE 39 SYMBOLOGY IS REQUIRED. INSPECTION AT DESTINATION. ONLY PROCURE FROM THOSE SOURCES LISTED ON THE TIOH APPROVED MANUFACTURERS LIST. MFG NAME: MILITARY SPECIFICATIONS PART NUMBER: MIL-DTL-3943/212 QTY: 2500 SE UNIT PRICE: _______________ TOTAL PRICE:______________ � � � � � � � REQUIRED DELIVERY DATE:� 12/01/2020 PROMISED DELIVERY DATE:______________________ � QUESTIONS PERTAINING TO THIS RFQ SHOULD BE DIRECTED TO:� Troy Bowersox at Troy.D.Bowersox@uscg.mil. �PLACE OF DELIVERY: USCG YARD 2401 HAWKINS POINT ROAD BALTIMORE, MD 21226 � PREPARATION FOR DELIVERY:� All material shipped to the U.S. Coast Guard, Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD.� 21226, on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package.� All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification.� Material shall be packed for shipment in such manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment to Surface Forces Logistics Center locations.� Package shall all provide adequate protection for warehouse storage and multiple shipments.� All packages shall have the Purchase Order Number, Stock number (if applicable) and Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1:00 P.M. � � GOVERNMENT ACCEPTANCE: �Acceptance will be made at destination by a Government representative. �Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order.� FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2015). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or email. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) �Remit to� address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number. FAR 52.212-2 Evaluation-Commercial Items (OCT 2014). �The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered:� The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government and other factors mentioned. The following factors shall be used to evaluate offers: delivery date, warranty, quality of items, and pricing. � �FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2016) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition.� The following addendum applies:� Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA �23327-4122, Phone 757-523-6940 or Email address for submission of invoices is FIN-SMB-YARDTEAM@USCG.MIL . � FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference. Complete clauses are in force and effect as if 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 http://farsite.hill.af.mil/. � Number���������������������������������������������� Title���������������������������������������������������������������� � Date 52.212-1��������������������� INSTRUCTIONS TO OFFERORS������������������������������������������� JAN 2017 52.212-2��������������������� EVALUATION � COMMERCIAL ITEMS ������������������������������ OCT 2014 52.212-3��������������������� OFFEROR REPRESENTATIONS AND ����������������������������������� ����� CERTIFICATIONS � COMMERCIAL ITEMS������������������� NOV 2017 52.212-4��������������������� CONTRACT TERMS AND CONDITIONS����������������������������� JAN 2017 52.247-34������������������� F.O.B. DESTINATION����������������������������������������������������������� NOV 1991 � 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items.�� (Jul 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) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (4) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (5) 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: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 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] __ (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). X__ (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). __ (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. __ (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). __ (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, Nondisplacement of 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 shallbe 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) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 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. (v) 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. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (xi) 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. (xii) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xiii) 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 ...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c81939f510d6468097afbba415d54823/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN05742096-F 20200802/200731230149 (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 |