Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2020 SAM #6839
SOLICITATION NOTICE

V -- District of Columbia National Guard Lodging BPA

Notice Date
8/18/2020 10:49:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
W7M1 USPFO ACTIVITY DCANG 113 JB ANDREWS MD 20762-5011 USA
 
ZIP Code
20762-5011
 
Solicitation Number
W50S6W20Q6004
 
Response Due
8/24/2020 8:59:00 PM
 
Archive Date
09/08/2020
 
Point of Contact
Stacey Little, Phone: 2408570076
 
E-Mail Address
stacey.little.1@us.af.mil
(stacey.little.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 �The purpose of the amendment is to include the following information: revisions to Statement of Work (Attach 1)�to include specific ratings and information regarding outdoor room access, revision/updates to the BPA Terms and Conditions(see below); include SCA Wage Determination (Attach 3); Answers to Questions (Attach 5); and change POC email to stacey.little.1@us.af.mil. � � �� � �� ���������� Combined Synopsis/Solicitation (IAW FAR 12.603) This is a combined COMBINED SYNOPSIS/SOLICITATION for LODGING for the District of Columbia (DC) Air National Guard. This announcement is prepared in accordance with the format in FAR Subpart 12.6, and Part 13 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) W50S6W-20-Q-6004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. It is the responsibility of the offeror to review the website for notice of amendments, updates, or changes to the solicitation. The Government intends to award multiple firm-fixed price Blanket Purchase Agreements for short-term and long-term lodging of personnel as defined within the Statement of Work as a result of this solicitation. The associated North American Industrial Classification Systems (NAICS) code for this requirement is 721110, �Hotels (Except Casino Hotels),� with a size standard of $35M. This is a 100% small business set-aside with a geographical restriction. The geographical restriction for this requirement is within a 15-mile radius of Joint Base Andrews, MD; 8-mile radius of Ft. Belvoir, VA; and 10-miles of DC Armory in Washington, DC. This requirement shall require offerors to furnish rooms and related services for the DC Air National Guard, Army National Guard, and others as designated, participating in Unit Training Assemblies (UTAs), Secondary Unit Training Assemblies (SUTAs), other Inactive Duty Training (IDT), and Active Duty for Training Statuses (AT). The period of performance for this requirement is 5 years from award � approximately 1 September 2020 to 31 August 2025. All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management (SAM), is mandatory. Lack of registration in SAM will make an offeror ineligible for award. Registration for SAM can be completed at https://www.sam.gov. The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification if the original quote is unclear. All quotes submitted shall be the Contractor�s Best Quote as it is in the Government�s intent to entertain one (1) final quote only. ADDITIONAL PROVISIONS IN FULL TEXT *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Jan 2017) applies to this acquisition Quotes must be received no later than 4:00pm Eastern Standard Time (EST) on 24�August 2020. Quotes received after this timeframe shall not be considered for award. The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote Quotes shall be emailed to: MSgt Stacey M. Little Contract Officer 240-857-0076 Email: stacey.little.1@us.af.mil All questions concerning this procurement, either technical or contractual must be submitted electronically to the Contracting office.� Questions and answers discussed during the site visit will be posted on beta.SAM. Telephone and other means of oral communication will not be permitted. The deadline for submittal of questions regarding this solicitation is 12:00pm Eastern Standard Time (EST) on 10 August 2020. Answers will be provided no later than (NTL) 4:00pm Eastern Standard Time (EST) on 18�August 2020. Questions shall be sent by email to the following point of contact: MSgt Stacey Little Contract Officer 240-857-0076 Email: stacey.little.1@us.af.mil All price quotations must be submitted on Attachment 2 � Price List.� This is a Firm Fixed Price (FFP) requirement. Failure to provide pricing on any line item may result in the vendor being deemed non- responsive, and subsequently being removed from consideration for award. Technical documentation submitted by the vendor shall be provided via email in a separate document and shall not exceed 10 pages.� This page limit encompasses cover page, contents, mission statements, and all other data not specifically requested by the Government.� Failure to adhere to these standards may result in the vendor being deemed non-responsive and subsequently being removed from consideration for award. Late quotes shall be processes in accordance with FAR 52.212-1(f) - late submissions, modifications, revisions, and withdraws of offers. Price Schedule-which asserts the company, will provide the supplies and services to the minimum standards indicated in this solicitation and associated Statement of Work (SOW). Completing the attached Price List (Attachment 2) of this document and submitting a completed copy qualifies as a price schedule. Sleeping Room Literature/Depiction and Geographic Restrictions-which provides a brief description of the sleeping rooms to include, square footage, in-room conveniences, and picture(s) and/or illustrations of the space, the anticipated number of single and double rooms offered, and proof location is within geographic restriction. OFFERS MUST BE SENT TO stacey.little.1@us.af.mil AS STATED ABOVE. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE.� YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: A. Basis for Contract Award: The Government intends to award multiple blanket purchase agreements resulting from this solicitation to responsible vendors whose offer conforming to the solicitation will be most advantageous to the Government, considering the factors listed in this provision. �1. In accordance with FAR 13.106-2, the Government will utilize comparative evaluations, and give preliminary considerations to all offers received in response to the solicitation. The Government may identify from all evaluated quotes readily discernible value indicators that fall within the parameters of the evaluation factors outlined in this provision. Therefore, the Government reserves the right to select an awardee that provides benefit to the Government that exceeds the minimum outlined standards, but is not obligated to do so. Additionally, the Government is not bound to select an awardee whose quote may exceed the minimum requirement, but whose additional value or benefit is not deemed substantial enough by the Government. 2. The Government is not limited to the quote that only meets the minimum described in the below factor(s) and provides the lowest price. However, if no quotes received in response to the solicitation exceed the minimum criteria outlined in this provision, as determined by the Government; then the Government intends to award a contract to the lowest priced offer that meets the instructions outlined in 52.212-1, and the minimum requirements outlined in this provision whose price can be determined both fair & reasonable by the Contracting Officer. 3. The Government intends to make an agreement without conducting discussion with vendors after the close of the solicitation. Therefore, vendors should provide their best available pricing and technical quotes to the Government in their initial quote. However, the Government reserves the right to enter into discussions with all, some, or none of the offers at any time during the evaluation period if deemed in the best interest of the Government. B. Evaluation Factors: The following shall be used by the Government to evaluate quotes: Price: The prices will be evaluated by averaging the monthly rates for single and double occupancy.��� ���� Then the average single and double occupancy rates will be averaged for evaluation purposes to���� ���� determine an average total price. The rates shall not exceed the maximum allowable lodging rates ���� provided on Attachment 3. Technical Acceptability- determination will be made based on the contractor�s ability to meet the requirements listed in the attached Statement of Work and the geographic restrictions. ATTACHMENTS Attachment 1- Statement of Work Attachment 2 � Price List Attachment 3 � SCA Wage Determination Attachment 4-�Maximum Allowable Lodging Attachment 5�- Questions and Answers TERMS AND CONDITIONS PREPRICED BLANKET PURCHASE AGREEMENT GENERAL. 1.Description of Agreement. The DC Air National Guard and DC Army National Guard have a primary requirement for commercial lodging and associated support services to house military members on RSD status. RSD status may fall on any day of the month for select individuals, but generally the requirement for lodging exists over the course of one (1) weekend per month. Over these �RSD weekends�, approximately 60 rooms will be required in the Joint- Base Andrews area and 25 rooms will be required for the DC Armory and Ft. Belvoir areas. Required nights of lodging for eligible personnel may occasionally increase or decrease significantly, depending on mission requirements. Due to AT/OPSEC requirements, only limited dates for known required lodging will be provided in this Statement of Work for predetermined RSD training periods; additional dates shall be provided at the time of any resultant award to an interested party who provides a successful offer. Additionally, requirements may exist for lodging outside of the primary �RSD Weekends� throughout the course of any given month. The contractor shall provide lodging upon request by the Government. The Government will establish a BPA with the responsible business whose quote, conforming to the solicitation and associated Statement of Work (SOW) will be most advantageous to the Government. If a business�s quote is found to be technically acceptable in accordance with this solicitation, price may be the determining factor. The objective of this agreement is to provide commercial lodging and associated (authorized) services for the DCANG and DCARNG in the Capital Region while achieving the best terms, conditions and pricing. Additionally, the 113th Services Flight seeks to streamline invoicing, billing, payment, ordering and delivery processes while standardizing existing reporting and analytical methods for audit and asset management. The payment vehicle for RSD Troop Housing shall be the method that is most advantageous to the government with regard to administrative requirements. The primary method of payment shall be through Government Purchase Card (GPC); an occasional payment via Wide Area Work Flow (WAWF) may also be authorized by the Contracting Officer. 1.2.1 This Agreement, including Paragraphs 1.2.1 and 1.2.2, may be modified or may be canceled in its entirety by either party upon thirty (30) days written notice to the other party, except that this Agreement may be canceled by the Government at any time if the parties fail to agree upon any deletion, amendment, or addition to this Agreement which is required by statute, executive order, the FAR, and/or this supplement. No deletion, modification, addition to, or cancellation of this Agreement shall affect any other contracts therefore entered into between the parties in which this Agreement or portion thereof has been incorporated by reference. 1.2.2 This Agreement shall be reviewed, as a minimum, annually before the anniversary of its effective date, and revised to conform to all requirements of statutes, executive orders, the FAR, or this supplement. This revision shall be evidenced by an agreement modifying this BPA or by the issuance of a superseding BPA. 2.�BPA AUTHORITIES. 2.1�Contracting Officer�s Authority. The DCANG Base Contracting Officer (hereafter BCO) is the ONLY person authorized to direct changes in any of the requirements under this BPA and notwithstanding any provisions contained elsewhere in this BPA, said authority remains solely with the BCO. In the event the contractor effects any such unauthorized change at the direction of any person other than the BCO, implementation of such change shall be considered made without authority and solely at the risk of the contractor. 2.2 Contractor�s Authority. The contractor shall not accept any instructions issued by Government personnel other than those given by the BCO or the Contracting Officer�s Designated Government Representative acting within the limit of his/her written authority. The contractor shall not in any way represent that he/she is a part of the U.S. Government or that he/she has any authority to contract or procure supplies under the account of the United States of America or the DCANG. 3.�TERMS OF THE BPA. 3.1 The term of this BPA shall be five (5) years from date of the signature or a BPA total dollar value cap of $975,000.00, whichever occurs first. Additionally, no single �call� or �order� shall exceed $50,000.00. The BPA shall be reviewed on an annual or basis by the 113th Contracting Office staff to assess contractor performance and to determine whether this agreement remains in the best interest of the DC Air National Guard and Army National Guard. 4.�EXTENT OF GOVERNMENT OBLIGATION. 4.1 Payment shall be authorized for any military member checking into Contractor provided commercial lodging with an advanced authorized reservation being made for the individual on RSD status ONLY, by the authorized Contracting Officer�s Designated Government Representative in the 113th MSG Services Flight. 4.2 Calls made under this BPA are tax exempt from Maryland and Virginia State, Municipal, or other taxes. Taxes shall not be included on any invoice. State Tax Exempt certificate provided upon request. 4.3 The extent of the Government�s obligation shall be limited to ROOM CHARGES ONLY. Any additional room charges (e.g., telephone calls, valet services, room service, parking service, pay-per-view television services) shall be collected directly from the military member at the time of check out. ???????5.�OBLIGATION OF FUNDS. 5.1 This BPA DOES NOT obligate any funds. Funds shall be obligated when Call Orders (aka �Calls�) are placed against this BPA by the Base Contracting Officer. The government is only obligated to the extent of authorized individual purchases (Calls) actually placed against this BPA. ???????6.�PRICING. �Pricing under this BPA shall be subject to the following requirements: 6.1�Contractor shall indicate the BPA pricing offered per room/per night, for both single and double room occupancies. 6.2�Contractor shall provide rates at or below the Federal Government�s local per diem rate in place at the time of the BPA Call (reservation). Prices should be at or below prices offered to the contractor�s most favored customer(s); to include discounts offered for prompt payment. The Federal Government is tax exempt. 6.3�Contractor shall continuously review and refresh pricing to remain competitive. 6.4�For all pricing plans negotiated with the placement of this BPA, the following shall apply: 6.4.1 Pricing may decrease at any time without the Contracting Officer�s approval. 6.4.2 Additional services above and beyond those minimum requirements identified in the associated statement of work may be added by the contractor to any rate plan at any time, provided that any additional services provided do not increase the price of that plan. 6.4.3 Price changes resulting in an increase to the agreed upon price plan require written approval of the Contracting Officer. 6.4.4 If the Contractor and/or Contracting Officer do not agree on pricing, this BPA shall not be utilized. 6.4.5 The Contracting Officer�s approved Price Lists shall be provided on a separate document. The Price List shall identify a priority listing of properties to lodge personnel based off of predetermined rates for single and double rooms for a predetermined period of time. The only authorized rates for invoicing purposes that the contractor is permitted to use are the rates identified on the Approved Price List that is in place at the time that a request for lodging is placed by the Contracting Officer or the Contracting Officer�s Designated Government Representative. The contractor may invoice at rates lower than those rates on the Approved Price List, but shall not invoice for a higher dollar amount. ???????7.�AUTHORIZED BPA USERS. 7.1 Any DCANG or DCARNG member entitled to billeting while on Regularly Scheduled Drill (RSD) status is an �Authorized RSD User�. It is the sole responsibility of the member to provide sufficient notice to the Contracting Officer or the Contracting Officer�s Designated Government Representative when it is known by the member that lodging is required. Lodging requests placed against the BPA to make reservations for members on RSD status shall only be made by the Contracting Officer or the Contracting Officer�s Designated Government Representative. Members are NOT authorized to make their own reservations. Any member making their own reservations shall pay for the costs incurred at their own expense (THIS EXPENSE SHALL NOT BE PAID BY THE U.S. GOVERNMENT). ???????8.�INDIVIDUALS AUTHORIZED TO PLACE ORDERS AGAINST THIS BPA. 8.1 See Contracting Officer�s Designated Government Representative appointment letter provided separately. ???????9.�CALL / PURCHASE LIMITATION. 9.1 Individual call orders issued against this BPA shall NOT exceed $50,000.00. The aggregate of all call orders issued against this BPA shall not exceed $975,000.00. ???????10.�BPA CALL ORDERS. 10.1 Call Orders will be placed against this BPA individually (aka �Calls�). A BPA Call Order number is a four-digit sequential numeric identifier of each order placed. Each Call Number shall correspond to a single billing cycle�s transactions. Billing cycles shall begin on the first of the month, and conclude on the last day of the month. For example, all nights of lodging provided by the Contractor throughout Sept, 2020 (1st-30th of the month) shall correspond to Call #5001. All requests for lodging made by the Contracting Officer�s Designated Government Representative to the Contractor throughout the month of June shall be included in June�s billing cycle. Sequentially, all nights of lodging provided throughout the month of Oct, 2020 (1st-31st of the month) shall correspond to Call #5002, and so on. Alternative billing cycle dates may be used at the discretion and approval of the Contracting Officer. 10.2 Authorization for placing and administering Call Orders in excess of $25,000.00 under this BPA is solely the responsibility of the Contracting Officer. This authority may only be re-delegated to other 113th Contracting Office Staff personnel who possess the appropriate warrant. ???????11.�CALL ORDER PROCEDURES.??????? 11.1 Call Orders shall be issued on a monthly basis. As training dates are identified that require DCANG members on RSD status to be housed in commercial lodging, the Contracting Officer�s Designated Government Representative will compile this information (names of members and dates of lodging required) to provide a request to the contractor in which the 113th Services Flight has entered into a BPA with for commercial lodging. This request may also be made by the Contracting Officer. When requests for lodging are issued, the Contracting Officer shall assign a �Call Number� for each month in which lodging is required. The names of the individuals and dates of lodging required for each member shall be placed on a �Call Sheet� by the Contracting Officer�s Designated Government Representative, which is submitted to the Contractor when either: � �11.1.1 all known requirements for lodging have been identified � � 11.1.2 the Contracting Officer�s Designated Government Representative has reached the maximum Call Limit ($25,000.00) 11.2 There is no stated minimum number of rooms that are required to be reserved for members for any given Call Order that is issued; however, the individual Call Limit of $50,000.00 shall not be breached in any case where lodging is required. 11.3 The Contracting Officer�s Designated Government Representative shall provide the contractor with a list of names of DC ANG and ARNG members on RSD status who require lodging for each call. The listed names are subject to changes upon notification from the Contracting Officer or the Contracting Officer�s Designated Government Representative. For RSDs, call sheets will be provided to the contractor no later than 1 week prior to any regularly scheduled RSD. For training periods or RSDs that are made up outside of the primary UTA weekend, the dates of required lodging and the names of the individual(s) requiring lodging shall be provided to the contractor by the Contracting Officer or the Contracting Officer�s Designated Government Representative immediately upon notification of the requirement. It is incumbent upon the member or member�s Supervisor to notify the Contracting Officer or the Contracting Officer�s Designated Government Representative of this requirement in a timely manner to ensure that lodging can be secured for the member over the dates that are required. 11.4 Members whom are not listed on the Call Sheet for the month in which the Call Order is issued are not authorized a room without an email/phone authorization from the Contracting Officer or the Contracting Officer�s Designated Government Representative. ???????12.�INVOICE REQUIREMENTS. 12.1 Invoices / folios shall be provided for each Call Number placed against this agreement and shall contain the following information: � � � � 12.1.1 Contractor�s name, telephone number and physical address � � � � 12.1.2 The appropriate BPA number (e.g., W912L9-19-A-5000) � � � � 12.1.3 The BPA Call Number issued by the 122nd� FW (e.g., 5001, 5002, 5003, etc.) � � � � 12.1.4 Dates of billing cycle (e.g. 1 DEC 2019 to 31 DEC 2019) � � � � 12.1.5 Itemized list of individuals staying in contract quarters, to include the date(s) that were utilized. If subcontractors are authorized by the Contracting Officer, Summary Invoices for each property, complete with member�s names and individuals dates of lodging for the billing cycle at each property, shall be submitted to the Contracting Officer�s Designated Government Representative. � � � � � � �12.1.6 Quantity, unit price, extended price of each reservation less all applicable discounts offered. If subcontractors are authorized by the Contracting Officer, One single dollar amount for one single payment shall be provided as a cumulative total of all subcontractor�s invoices throughout the billing cycle. Multiple invoices for the same billing cycle are not authorized. � � � � � � � � �12.1.7 Required invoicing documentation shall be sent to the Contracting Officer�s Designated Government Representative / 113th Services Flight not later than 7 business days after the billing cycle has ended. � � � � � � � � 12.1.8 The primary method of invoicing shall be through Government Purchase Card (GPC); an occasional invoice to be paid via Wide Area Work Flow (WAWF) may also be authorized by the Contracting Officer. 12.2 The Contracting Officer�s Designated Government Representative / FSS Services Flight is responsible for reviewing the invoice for accuracy and for ensuring that invoices are properly and accurately documented through GPC and/or via WAWF �procedures. 12.3 The contractor is expected to correct deficiencies brought to its attention by the Government or otherwise known by the contractor in as expedient of a manner as possible. The contractor shall prepare and submit invoices in accordance with paragraph 12.1. ???????13.�PAYMENT METHOD. 13.1 The primary method of payment shall be through Government Purchase Card (GPC); an occasional payment via Wide Area Work Flow (WAWF) may also be authorized by the Contracting Officer. ???????14.�ADDITIONAL CONSIDERATIONS. The following shall apply to all BPAs established by the 113th Contracting Office: 14.1.1 SUBCONTRACTING. The contractor shall furnish lodging in his or her establishment or at a location agreed to by the Contracting Officer. The contractor shall not subcontract to any other establishment or any other location not specified in the BPA without prior written approval from the Contracting Officer. Establishments proposed for subcontracting shall meet all of the terms, conditions, and specifications of services in this BPA. 14.1.2 ILLEGAL ACTS. The contractor shall not knowingly condone illegal acts on the premises of the establishment. 14.1.3 QUALITY ASSURANCE. The Contracting Officer�s Designated Government Representative will monitor the contractor�s performance and may use command surveys to solicit feedback from occupants to ensure terms, conditions and specifications of services are met. 14.1.4 EVALUATION OF CONTRACTOR PERFORMANCE. The Government may issue out command surveys from the command team to 113th Wing personnel who have occupied rooms of the facility. The comments from the surveys will be evaluated against the requirements of the BPA. ???????15.�GOVERNMENT FURNISHED ITEMS. 15.1 The US Government will provide the following in support of this BPA: � � 15.1.1 A copy of the Blanket Purchase Agreement. � � 15.1.2 A copy of Appointment Letter identifying all designated Contracting Officer�s Designated Government Representatives who are authorized to issue lodging requests against the BPA. This will be updated and provided to the contractor on an as-needed basis. � � 15.1.3 If a BPA is established and pricing accepted, a Price List identifying predetermined rates for single and double rooms for a predetermined period of time shall be provided to the contractor. This will be updated and provided to the contractor on an annual or �as needed� basis. The Price List shall include single and double occupancy rates for the Capital Region. � � 15.1.4� Call Sheets (rosters) to the Contractor shall be provided by the Contracting Officer�s Designated Government Representative / FSS Squadron as requests for lodging are issued. ???????16.�SYSTEM FOR AWARD MANAGEMENT. 16.1 In order to award a BPA to a contractor, the contractor must first be registered in the System for Award Management website (https://www.sam.gov) and maintain their registration currency by renewing the registration annually. The Contractor shall provide their CAGE code, DUNS Number, and Federal Tax ID Number with their quote. Glossary Base Contracting Officer (BCO) a.k.a. Contracting Officer, CO, KO = the ONLY Government official with the authority to modify, change, cancel or otherwise deviate from the contract (agreement) in any manner. Blanket Purchase Agreement (BPA) Agreement between the Government and a contractor; it is not a contract. Call An order or award against the BPA that creates an obligation. Call Number The four digit number (i.e. 5001, 5002, etc.) associated with each individual Call. Call Sheet The list, a.k.a. �roster� that is provided by the Contracting Officer�s Designated Government Representative to the commercial lodging provider that identifies all personnel authorized under the BPA who require lodging. Contracting Officer�s Designated Government Representative Designated 113th Services Flight member(s) who are appointed in writing by the Contracting Officer to place calls against the BPA. Defense Federal Acquisition Regulation Supplement (DFARS) DoD Supplement to the FAR governing the implementation of this BPA. Department of Defense (DoD) Agency under which the DCANG operates. Deficiency Refers to a material failure to meet a Government requirement. Federal Acquisition Regulation (FAR) Federal regulation governing the implementation of this BPA. Government Purchase Card (GPC) A charge card used by the Federal Government to pay for supplies and services. Hotel/Motel Room Referred to as contract housing, billeting, troop housing, or reservation(s) in the document. Modification (MOD) A written change to a contract or agreement that can be uni-laterally or bi-laterally agreed to by both parties. District of Columbia Air National Guard (DCANG) The organization offering this agreement. Referred to as 113th Wing or Government in this document. Obligation A definite commitment that creates a legal liability of the government for the payment of goods and services ordered or received. Regularly Scheduled Drill (RSD) Referred to as Guard Drill, Guard Status, or Weekend Drill Status in this document. PROVISIONS/CLAUSES INCORPORATED BY REFERENCE 52.203-18������������ Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � ���������������������������� or Statements-Representation.�������� 52.204-16������������ Commercial and Government Entity Code Reporting. 52.204-18������������ Commercial and Government Entity Code Maintenance. 52.204-22������������ Alternative Line Item Proposal.������� 52.204-24������������ Representation Regarding Certain Telecommunications and Video Surveillance Services or ���������������������������� Equipment.���������� 52.204-7 System for Award Management 52.204-26������������ Covered Telecommunications Equipment or Services-Representation 52.209-7 Information Regarding Responsibility Matters 52.209-11������������ Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under ��������������������������� any Federal Law�� 52.232-40������������ Providing Accelerated Payments to Small Business Subcontractors 52.212-3 Offeror Representations and Certifications-Commercial Items. Alternate I 52.212-4 Contract Terms and Conditions-Commercial Items���� 52.223-22������������ Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. 52.232-39����� ������Unenforceability of Unauthorized Obligations 52.237-3�������� �����Continuity of Services 252.203-7000����� Requirements Relating to Compensation of Former DoD Officials��������� 252.203-7002����� Requirement to Inform Employees of Whistleblower Rights.������������������� 252.203-7005����� Representation Relating to Compensation of Former DoD Officials 252.204-7003����� Control of Government Personnel Work Product.������� 252.204-7015����� Notice of Authorized Disclosure of Information for Litigation Support. 252.204-7016������ Covered Defense Telecommunications Equipment or Services 252.204-7017������ Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-���� ���������������������������� Representation 252.204-7018����� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.215-7007����� Notice of Intent to Resolicit.������������� 252.215-7013����� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7006����� Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.������������ 252.223-7008����� Prohibition of Hexavalent Chromium.���������� 252.225-7001����� Buy American and Balance of Payments Program.����� 252.225-7002����� Qualifying Country Sources as Subcontractors.����������� 252.225-7016����� Restriction on Acquisition of Ball and Roller Bearings.������������� 252.225-7048����� Export-Controlled Items.�� 252.232-7003����� Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010����� Levies on Contract Payments 252.243-7001����� Pricing of Contract Modifications.� 252.244-7000����� Subcontracts for Commercial Items ADDITIONAL PROVISIONS/CLAUSES IN FULL TEXT 252.232-7006����� Wide Are...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/521c8af6234d4436bb90a159563ff288/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN05763037-F 20200820/200818230200 (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 |
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.