SOLICITATION NOTICE
66 -- Procurement of Three (3) Brand-Name Aerotrak 9500 Controlled Rate Freezers for CPF, TIL/T30 Modular cGMP Facility.
- Notice Date
- 8/19/2020 5:27:08 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423440
— Other Commercial Equipment Merchant Wholesalers
- Contracting Office
- NIH National Cancer Institute Rockville MD 20850 USA
- ZIP Code
- 20850
- Solicitation Number
- 75N91019Q00155
- Response Due
- 8/26/2020 12:00:00 PM
- Archive Date
- 09/10/2020
- Point of Contact
- William Neal, Phone: 2402765433, Reyes Rodriguez, Phone: 2402765442
- E-Mail Address
-
william.neal@nih.gov, reyes.rodriguez@nih.gov
(william.neal@nih.gov, reyes.rodriguez@nih.gov)
- Description
- Title: ��Procurement of Three (3) Brand-Name Aerotrak 9500 Controlled Rate Freezers for CPF, TIL/T30 Modular cGMP Facility. Document Type: Combined Synopsis/Solicitation Notice Solicitation Number:������ 75N91019Q00155 Proposed Posted Date:������ 08/19/2020 Proposed Response Date:� ��08/26/2020 3:00 PM ET Classification Code:���������� 6640 � LABORATORY EQUIPMENT AND SUPPLIES������������������ ������� NAICS 423440 � Other Commercial Equipment Merchant Wholesalers (500 employees) Small Business.���� Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E136, Rockville, MD 20850, United States. DESCRIPTION The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Surgery Branch (SB) has a competitive requirement for Three (3) Brand-Name Aerotrak 9500 and its accessories. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation: No. 75N91019Q00155 includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-07 (08-03-2020) Simplified Procedures for commercial items. The North American Industry Classification System code is NAICS Code:� 423440 � Other Commercial Equipment Merchant Wholesalers (500 employees) small business.� Only one award will be made as a result of this solicitation.� This will be awarded as a firm fixed price purchase order.� BACKGROUND� The TSI Aerotrak 9500 will be used in the NCI Surgery Branch (SB) cGMP Cellular Production Facility (Building: T30) which is currently being constructed and ready for operation in September 2020.� It is a critical piece of equipment that must be used for the last qualification event to release the building from commissioning to the NCI SB.� It will then be used on a weekly basis per the Environmental Monitoring Program, a requirement per the FDA, 21 CFR part 211, and NIH policies.� This product is to be used in the classified spaces manufacturing facilities.� It is required that the quality of the air be monitored on a regular basis to meet the room classification requirements stated in ISO 14644-1. This instrument is needed to meet this FDA mandate. The Surgery Branch TIL Modular CPF Building T30 is one of several facilities on campus required to adhere to these regulations.� The unit and the necessary accessory of the isokinetic stand allows for readings to be taken in the ISO 5 biosafety cabinet space where the open processing for therapy manipulation is occurring with minimal risk to the product.� The T30 facility is designed with several large manufacturing rooms which requires several of these units to be able to efficiently monitor the air and environment of the production space. NCI SB currently uses this model in the 3West CPF manufacturing facility. It is very strongly preferred that NCI SB uses the same instrument in all GMP facilities for redundancy, accurate and comparable data, training, and service contracts.� The data that is recorded in the Aerotrak 9500 unit for every run is programmed the same way in every unit.� The existing 9500 units that are used within the manufacturing facility are programmed to save the data from each run which are then downloaded and merged into a single file with the data from the units that were also run in the facility at the same time.� The model and unit has been approved for the Surgery Branch in the Environmental Monitoring Program per NCI SB Quality Assurance group and by the NIH Environmental Monitoring Advisory Committee (EMAC).� TYPE OF ORDER This is a Severable Firm Fixed-Price Purchase Order. 1.� � � SPECIAL ORDER REQUIREMENTS PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required for this requirement: Model information: AEROTRAK� PORTABLE PARTICLE COUNTER MODEL 9500 Quantity: 3 Essential features: 0.5 to 25 �m size range �Up to six channels of simultaneous data �3.53 CFM (100 L/min) flow rate �Complies with all requirements of ISO 21501-4 �Best choice for filter testing in cleanrooms �Data storage: 250 zones, 999 locations, and 10,000 samples �USB, USB Storage Device and Ethernet data transfer �Industry�s loudest audible alarm �Easy icon-driven touch screen operation �Onboard reports for ISO-14644-1, EU GMP Annex 1, and FS209E �External certification reports via TrakPro Lite Secure �Barcode scanner supports recall of specific �Recipe and Zone configurations �Displays up to three environmental parameters �Stainless steel enclosure �Lightweight �Stand-alone or integrate into a facility monitoring system �Battery life provides for >3 hours of continuous operation �Factory calibration and certification must be provided with the units. Additional necessary accessories for the operation of the Areotrak 9500 withing the ISO5 biosafety cabinet spaces ISP Stand, Adjustable. Chrome/Stainless Steel Quantity: 5 �2.� � WARRANTY The Contractor shall warrant that any instruments, equipment, components, or other supplies (�Supplies�) procured by this purchase are free of defects in design, material, or manufacture for a period of at least one (1) calendar year from date of acceptance by the Government. The Contractor shall warrant that all consumables or expendable parts are free of defects in design, material or manufacture for a period of at least 90 calendar days from date of acceptance by the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. The Contractor shall also warrant and imply that items delivered are merchantable and fit for use for the particular purpose described in this contract in accordance with FAR 52.212-4, Contract Terms and Conditions � Commercial Items. 3.� � � DELIVERY / INSTALLATION Deliver the item(s) within 45 days after award.� All shipping/handling (including FOB) and delivery/installation fees shall be included. Upon delivery, Contractor shall notify the NCI Technical Point of Contact (TPOC) to schedule the installation date and time that shall occur within 7 business. NIH/NCI Surgery Branch 10 Center Drive Building 10/CRC 3 West Corridor, room 3808 Bethesda, MD 20892 Technical Point of Contact (TPOC): Hyunmi Halas Email: hyunmi.halas@nih.gov 4.� � �TRAINING Contractor shall provide in-person, on-site user operational qualification and any associated training for use within 3 months of delivery and install. Contractor is required to communicate with TPOC following instructions listed under Section 5.0 below. 5.� � �SPECIAL CONSIDERATIONS REGARDING DELIVERIES DURING COVID-19 The Contractor shall store or retain all supplies furnished under this order until notified by the NCI Contracting Officer, COR, or technical point of contact (TPOC) of a delivery date. The Contractor shall deliver supplies no later than 30-days after notification. The Contractor shall not sell supplies furnished under this order to another company or party if the NCI is unable to accept delivery due to conditions related to COVID-19. Training and installation as required by the Statement of Need may be delayed due to conditions related to COVID-19. If services provided under this order are delayed, the Contractor shall provide all services at different times and dates at no additional cost. The Contractor shall direct all courier and delivery services � including those not operated by the Contractor (e.g. FedEx, USPS, UPS) � to follow the instructions in this section. All companies delivering to the NIH main campus must comply with Commercial Vehicle Inspection Facility (CVIF) access procedures. Upon arrival, the CVIF will provide a list of buildings and loading docks to delivery personnel. Deliveries will be logged in at the loading dock, and the loading dock contractor or Government personnel will attempt to contact the TPOC listed on the package. In the event that the TPOC is unable to accept the package, the delivery shall not be left at the loading dock station. The delivery must be returned to the Contractor, and the Contractor must coordinate with the TPOC to deliver on another date at no additional cost. Deliveries can only be made between 6:00 a.m. and 4:00 p.m. EST, Monday � Friday, excluding federal holidays. NOTE: Companies delivering to Building 10 will be required to complete additional steps including a brief medical screening before unloading and entering to make deliveries. These steps are necessary to protect patients and staff. Delivery personnel may also be asked a series of questions related to recent travels and any physical symptoms known or suspected to be relevant to COVID-19. 6.� � � PAYMENT Payment shall be made in full. Payment authorization requires submission and approval of invoices to the TPOC and NIH OFM, in accordance with the payment provisions listed below: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JAN 2017) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: INVOICE REQUIREMENTS An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed.� A proper invoice is an ""Original"" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9.� If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice.� (See exceptions under II., below.)� Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. Vendor/Contractor:� Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). Remit-to address (Name and complete mailing address to send payment). Remittance name must match exactly with name on original order/contract.� If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. Invoice date. Unique invoice #s for all invoices per vendor regardless of site. NBS document number formats must be included for awards created in the NBS:� Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the System for Award Management (www.SAM.gov). Federal Taxpayer Identification Number (TIN).� In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice.� The VIN is the number that appears after the contractor�s name on the face page of the award document. Identify that payment is to be made using a three-way match. Description of supplies/services that match the description on the award, by line billed.* Freight or delivery charge must be billed as shown on the award.� If it is included in the item price do not bill it separately.� If identified in the award as a separate line item, it must be billed separately. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE:� If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice.� A modification to the order or contract may be needed before the invoice can be submitted and paid. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order.� If authorized, shipping costs must be itemized.� Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. Mail an original and 1 copy of the itemized invoice to: National Institutes of Health Office of Financial Management, Commercial Accounts �2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 For inquiries regarding payment call: (301) 496-6088 In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the �Consignee� designated for the acquisition in blocks 6A � 6E of the face page of the Order/Award document. II.��� ELECTRONIC INVOICING PROCEDURES Effective 1 April 2020, all NIH contractors/vendors invoices should be sent electronically via email to the NIH Office of Financial Management (OFM) and the NIH Contracting Officer (CO) using the electronic submission instructions.� This section shall remain in effect until the Government formally notifies the Contractor of a return to mail-in invoice procedures detailed in this task order III.�� INVOICE PAYMENT Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services ��� performed. � B.� The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. IV.� INTEREST PENALTIES A.� An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was� ��� processed and there was no disagreement over quantity, quality, or contractor ��� compliance with a term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies ��� delivered or services performed, the amount was not subject to further settlement ��� actions between the Government and the Contractor. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. V. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS� ��� SUBCONTRACTORS, FAR 52.232-40 (DEC 2013) Upon receipt�of accelerated payments from the Government,�the�Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when�such payment is otherwise�required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.� The�acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business�concerns for the acquisition of commercial items. 7.� � � � PURCHASE ORDER CLAUSES FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (JUL 2020)� (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)�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG�2019) (Section 889(a)(1)(A) of Pub. L. 115-232). �����������(4)�52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov�2015). �����������(5)�52.233-3, Protest After Award (AUG�1996) (31�U.S.C.�3553). �(6)�52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)�(Public Laws 108-77 and 108-78 (19�U.S.C.�3805note)). (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: _X_ (1)�52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (Oct�1995) (41�U.S.C.�4704�and�10�U.S.C.�2402). ����������_X_(2)�52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41�U.S.C.�3509)). _X_ (3)�52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___�(4)�52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31�U.S.C.�6101�note). ����������___ (5)�[Reserved]. _X_(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. (JUN 2020) (31�U.S.C.�6101note). _X_ (9)�52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT�2018) (41�U.S.C. 2313). ����������___ (10)�[Reserved]. ___ (11) (i)�52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (MAR 2020) (15�U.S.C.657a). ��������������������� ___ (ii)�Alternate I (MAR 2020) of�52.219-3. ___ (12)�(i)�52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15�U.S.C.�657a). �������������������� ___ (ii)�Alternate I (MAR 2020) of�52.219-4. ����������___ (13)�[Reserved] ����������___ (14)�(i)�52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) (15�U.S.C.644). ��������������������� ___ (ii)�Alternate I (MAR 2020) of 52.219-6 ����������___ (15)�(i)�52.219-7, Notice of Partial Small Business Set-Aside (MAR 2020) (15�U.S.C.�644). ��������������������� ___ (ii)�Alternate I (MAR 2020) of�52.219-7. ___ (16)�52.219-8, Utilization of Small Business Concerns (OCT�2018) (15�U.S.C.�637(d)(2)�and (3)). ����������___ (17) (i)�52.219-9, Small Business Subcontracting Plan (JUN 2020) (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 (JUN 2020) of�52.219-9. ��������������������� ___ (v)�Alternate IV (JUN 2020) of�52.219-9 ����������___ (18)�(i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15�U.S.C.�644(r)). ������������������� ___ (ii) Alternate I (MAR 2020) of 52.219-13 ����������___ (19)�52.219-14, Limitations on Subcontracting (MAR 2020) (15�U.S.C.637(a)(14)). ___ (20)�52.219-16, Liquidated Damages-Subcontracting Plan (JAN�1999) (15�U.S.C.�637(d)(4)(F)(i)). ___ (21)�52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15�U.S.C.�657f). ___ (22)(i)�52.219-28, Post Award Small Business Program Representation (MAY 2020) (15�U.S.C.�632(a)(2)). �������������������� ___ (ii)�Alternate I (MAR 2020) of�52.219-28. ___ (23)�52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (MAR 2020) (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 (MAR�2020) (15�U.S.C.�637(m)). ___ (25)�52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). ����������___�(26)�52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)). ����������_X_(27)�52.222-3, Convict Labor (JUN 2003) (E.O.11755). �_X_(28)�52.222-19, Child Labor-Cooperation with Authorities and Remedies�(JAN�2020)�(E.O.13126). ����������_X__(29)�52.222-21, Prohibition of Segregated Facilities (APR 2015). ����������_X_(30) (i)�52.222-26, Equal Opportunity (SEP�2016) (E.O.11246). �������������������� ___ (ii)�Alternate I (Feb�1999) of�52.222-26. ����������_X_ (31)(i)�52.222-35, Equal Opportunity for Veterans (JUN 2020) (38�U.S.C.�4212). ��������������������� ___ (ii)�Alternate I (JUL�2014) of�52.222-35. _X_ (32)�(i)�52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29�U.S.C.793). �������������������� ___ (ii)�Alternate I (JUL 2014) of�52.222-36. ����������_X_ (33)�52.222-37, Employment Reports on Veterans (JUN 2020) (38�U.S.C.�4212). _X_ (34)�52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC�2010) (E.O. 13496). _X_ (35)(i)�52.222-50, Combating Trafficking in Persons (JAN�2019) (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). _X__ (36)�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.) __ (37) (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.) ___ (38)�52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN�2016) (E.O. 13693). ___ (39)�52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN�2016) (E.O. 13693). ___ (40) (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. ___ (41) (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. ___ (42)�52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42�U.S.C.�8259b). ___ (43) (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_ (44)�52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). ����������___ (45)�52.223-20, Aerosols (JUN�2016) (E.O. 13693). ����������___ (46)�52.223-21, Foams (JUN�2016) (E.O. 13693). ����������___ (47)�(i)�52.224-3�Privacy Training (JAN�2017) (5 U.S.C. 552 a). ��������������������� ___ (ii)�Alternate I (JAN�2017) of�52.224-3. ����������_X_ (48)�52.225-1, Buy American-Supplies (MAY�2014) (41�U.S.C.�chapter�83). ___ (49) (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. ����������_X_ (50)�52.225-5, Trade Agreements�(OCT 2019) (19�U.S.C.�2501,�et seq.,�19�U.S.C.�3301�note). _X_ (51)�52.225-13, Restrictions on Certain Foreign Purchases (JUN�2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (52)�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). ����������___ (53)�52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV�2007) (42�U.S.C.�5150). ___ (54)�52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV�2007) (42�U.S.C.�5150). ___ (55)�52.229-12, Tax on Certain Foreign Procurements�(Jun 2020). _X_ (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB�2002) (41�U.S.C.4505,�10�U.S.C.2307(f)). _X_ (57)�52.232-30, Installment Payments for Commercial Items (JAN�2017) (41�U.S.C.4505,�10�U.S.C.2307(f)). _X_ (58)�52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT�2018) (31�U.S.C.�3332). ___ (59)�52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL�2013) (31 U.S.C.3332). ����������_X_ (60)�52.232-36, Payment by Third Party (MAY�2014) (31�U.S.C.3332). ����������_X_ (61)�52.239-1, Privacy or Security Safeguards (AUG 1996) (5�U.S.C.�552a). ����������___ (62)�52.242-5, Payments to Small Business Subcontractors (JAN�2017)�(15�U.S.C.�637(d)(13)). ___ (63) (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. ��������������������� ___ (iii)�Alternate II (FEB 2006) 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: ����������_X_ (1)�52.222-41, Service Contract Labor Standards (AUG�2018) (41�U.S.C.�chapter�67). ___ (2)�52.222-42, Statement of Equivalent Rates for Federal Hires (MAY�2014) (29�U.S.C.�206�and�41�U.S.C.�chapter 67). ___ (3)�52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (AUG�2018) (29�U.S.C.�206�and�41�U.S.C.�chapter�67). ___ (4)�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). ___ (5)�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). ___ (6)�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). ����������_X_ (7)�52.222-55, Minimum Wages Under Executive Order 13658 (DEC�2015). ����������_X_ (8)�52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN�2017) (E.O. 13706). _X__ (9)�52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN�2020) (42�U.S.C.�1792). (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, as defined in FAR�2.101, on the date of award of this contract,�and does not contain the clause at�52.215-2, Audit and Records-Negotiation. (1)�The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. (2)�The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR�subpart� 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3)�As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)�(1)�Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41�U.S.C.�3509). � 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) � 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). � 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). � �52.219-8,�Utilization�of Small Business Concerns (OCT�2018) (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 �the applicable threshold specified in FAR�19.702(a) on the date of subcontract award, the subcontractor must include�52.219-8�in lower tier subcontracts that offer subcontracting opportunities. � 52.222-21,�Prohibition�of Segregated Facilities (APR�2015). � 52.222-26,�Equal�Opportunity (SEP�2015) (E.O.11246). � 52.222-35,�Equal�Opportunity for Veterans (JUN 2020) (38�U.S.C.4212). � 52.222-36,�Equal�Opportunity for Workers with Disabilities (JUN 2020) (29�U.S.C.793). � 52.222-37,�Employment�Reports on Veterans (JUN 2020) (38�U.S.C.4212) � 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. � 52.222-41,�Service�Contract Labor Standards...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9e34ce5ac81244f1986cffb98a842c88/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05765834-F 20200821/200819230205 (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 |