Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOLICITATION NOTICE

R -- Upper Missouri Basin (UMB) Expansion Coordination Services

Notice Date
9/11/2020 7:19:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Omaha Omaha NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F20R0003
 
Response Due
9/18/2020 12:00:00 PM
 
Archive Date
10/03/2020
 
Point of Contact
Wayne Weidenhamer, Phone: 4029952074, Fax: 4029952081, David W. Neal, Phone: 4029952988
 
E-Mail Address
wayne.c.weidenhamer@us.army.mil, david.w.neal@usace.army.mil
(wayne.c.weidenhamer@us.army.mil, david.w.neal@usace.army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� The solicitation number is W9128F20R0003 and is used as a request for proposal (RFP).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective 31 August 2020. The solicitation is not set-aside and will use full and open competition. NAICS Code is 541620 Environmental Consulting Services. � Plains snowpack and soil moisture measurements in the Upper Missouri Basin (UMB) are currently less than desirable for National Weather Service (NWS) and U.S. Army Corps of Engineers (USACE) hydrologic modeling needs. The UMB is the plains area of the Missouri River Basin above Sioux City, Iowa. The plains area consists of portions of Iowa, Minnesota, Montana, Nebraska, North Dakota, South Dakota, and Wyoming. The entire area of the upper basin is approximately 315,000 square miles. �The plains area of the UMB, which excludes the mountainous areas above elevation 5,500 feet and about 10,000 square miles in Canada, totals about 270,000 square miles. With the plain�s region covering a large area of the UMB, understanding plains snowpack and soil moisture can be a tremendous aid to basin monitoring and forecasting. State Mesonets have been installing meteorological measuring stations throughout the UMB. USACE is eager to expand this network by retrofitting existing sites, as well as adding new sites to the network. The UMB Soil Moisture and Snowpack Monitoring Network (Network) will be implemented in the plain�s regions of Montana, Nebraska, North Dakota, South Dakota, and Wyoming. �Coordination services are needed between the state Mesonet offices, federal and state agencies, tribes, and landowners to ensure all information is relayed to the appropriate party. The contractor will assist in the expansion of the UMB Network by serving as a liaison between the state Mesonet offices, USACE, and other state and federal stakeholders. The contractor will be responsible for refining a site selection methodology based on stakeholders concerns and developing a site database to provide information as implementation progress. �Specific tasks include: 1.�� �Coordination among agencies and stakeholders. The contractor will coordinate with appropriate federal, state, and local agencies, coordinating NEPA and Section 106 compliance and landowner agreements/access to sites. 2.�� �Site Selection Methodology. A key task for the contractor is development of the site selection methodology. The contractor shall facilitate the new site selection process but is not the decision authority. The contractor will need to consider all participating agencies concerns. 3.�� �MADIS Data Connection. All data from the UMB Network will transmit data to the NOAA MADIS database. The data collected at the UMB Network sites must be directly comparable across the UMB so that the data can be used in models and forecasting efforts for the entire UMB. 4.�� �Reporting. The contractor will be responsible for communicating all requests and recommendations between the Mesonets and USACE. 5.�� �Site Database. The contractor will develop and maintain a web-based geographic application that displays information from all sites (installed and to-be-installed) in the UMB.� The contractor will be required to provide all management, supervision, inspections, personnel, equipment, tools, supplies, materials, transportation and other items necessary to perform the services as described in the Performance Work Statement (PWS) (Attachment 1).� The period of performance will be five years from date of award; one-year base contract with four option periods of one-year each. The offeror will be required to submit a price per month and total yearly price with the proposal on the following line items (CLINs): 1.�� �CLIN 0001 (Base Year) �� ��� �12 Months at $XXXXX/per month = Total Price 2.�� �CLIN 1001 (Option Year 1) �� �12 Months at $XXXXX/per month = Total Price 3.�� �CLIN 2001 (Option Year 2) �� �12 Months at $XXXXX/per month = Total Price 4.�� �CLIN 3001 (Option Year 3) �� �12 Months at $XXXXX/per month = Total Price 5.�� �CLIN 4001 (Option Year 4) �� �12 Months.at $XXXXX/per month = Total Price Notice to Offerors: FAR 52.212-1. Instruction to Offerors � Commercial Items, applies to this acquisition with the following addenda to the provision included: 52.212-1 Instructions to Offerors � Commercial Items Addenda: (a)�� �Submission of offers. Submit signed and dated offers by email to David Neal at david.w.neal@usace.army.mil and Wayne Weidenhamer at wayne.c.weidenhamer@usace.army.mil by 18 September 2020 at 2:00 p.m. CST. The proposal shall consist of one (1) pdf document not to exceed 30 pages. The Government may not review any additional pages after 30. As a minimum, offers must include with their proposal �� (1)�� �The solicitation number; (2)�� �The name, address, CAGE Code, DUNS Number, federal tax identification, email, and telephone number of the offeror; (3)�� �Names, title, email, and telephone number of persons authorize to negotiate and sign the proposal;\ (4)�� �All required technical, past performance, and price factor information stated in FAR 52.212-2, Evaluation � Commercial Items;� (5)�� �A statement specifying agreement will all terms, conditions and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration;� (6)�� �Acknowledgement of Solicitation Amendments, if applicable; (7)�� �A completed copy of the representations and certifications at FAR 52.212-3, if applicable (see FAR 52.213-3(b) for those representations and certifications that the offeror shall complete electronically);� (8)�� �A completed copy of the representation 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; and (9)�� �A completed copy of the certification 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. (b)�� �Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. (m)�� �Questions. All questions pertaining to this combined synopsis and solicitation shall be in writing, directed to the attention of Wayne Weidenhamer at wayne.c.weidenhamer@usace.army.mil and David Neal at david.w.neal@usace.army.mil. All questions shall be submitted not later than seven (7) calendar days prior to the proposal due date, in order to ensure adequate time is allotted for form an appropriate response and if needed, amend the solicitation. Offerors are requested to review the solicitation in its entirety for answers to questions, prior to submitting a new question. (n)�� �Joint Ventures. Joint Ventures shall submit the following additional documentation regarding their business entity: (1)�� �A certified copy of the Joint Venture Agreement (2)�� �A detailed statement outlining the following items in terms of percentages, where appropriate: a.�� �The relationship of the joint venture parties in terms of business ownership, capital contribution, and profit distribution or loss sharing; b.�� �The management approach of the joint venture in terms of who will conduct, direct, supervise, and control the requirement and have custody and control of the assets of the Joint Venture and perform the duties necessary to complete the work; c.�� �The structure of the joint venture and decision-making responsibilities of the Joint Venture parties in terms of who will control the manner and method of performance of the work; d.�� �Identification of key personnel having authority to legally bind the Joint Venture to subcontracts and state who will provide or contract for the labor and materials for the Joint Venture; e.�� �Identification of party maintaining the Joint Venture bank accounts for the payment of all expenses and the deposits of all receipts, keep the books and records, and pay applicable taxes for the Joint Venture; f.�� �Identification of party furnishing the facilities, such as office supplies and telephone service; g.�� �Identification of party having overall control of the Joint Venture. FAR 52.212-2, Evaluation � Commercial Items is used and includes the following evaluation criteria: FAR 52.212-2, Evaluation � Commercial Items (a)�� �The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be represent the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In accordance with FAR 13.106-1 the below factors shall be used to evaluate offers. The contract award(s) will be made to the offeror(s) providing the most advantageous value to the Government. The Government reserves the right to award to an offeror providing other than the lowest price offer based on the technical merits of the offeror�s proposal.� (1)�� �Past Performance Submission Requirements. Offeror shall provide a minimum of one (1), up to a maximum of three (3) projects substantially complete or completed by the prime contractor within the last five (5) years that are similar to this project in size and scope. Projects considered similar in scope to this project include; (1) providing coordination services among cooperating agencies to include collaborative planning, (2) identifying and facilitating a site selection planning process to include analysis of topography, soils, ownership, accessibility, and other factors such as compliance with NEPA and Section 106 documentation, (3) collection, managing, and transmission of data across the UMB, (4) report writing, and (5) development and maintenance of web-based geographic application to display information across a network of sites. Projects considered similar in size to this project are between $50,000 to $150,000 for a one-time project or $250,000 to $750,000 for a project with option years ($50,000 to $150,000) per year. Each project example shall include the following information: a.�� �Requirement name and location; b.�� �Agency/Firm for whom the work was performed (Military or Commercial); c.�� �Contact Person at the Site, telephone number, and email; d.�� �Month/year the work began and ended e.�� �Explain how the work is relevant to this requirement Joint Ventures may submit individual project examples for each one of the teaming partners, but the total projects submitted shall not exceed five (5).� In addition to the above information required to be submitted with the proposal, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Contractor Performance Assessment Reporting System (CPARS), Federal Awardee Performance and Integrity Information System (FAPIIS), and any other known sources not provided by the offeror.� Evaluation. The Government will evaluate whether the projects submitted are of the same size and scope, as described above in the submission requirements.� Projects may be given more consideration for the following: a.�� �Projects completed for a Federal Government Agency b.�� �Projects that demonstrate coordination between local and state governments and agencies and federal agencies c.�� �Projects that span the UMB plain�s regions of Montana, Nebraska, North Dakota, South Dakota, and Wyoming. � d.�� �Projects that demonstrate experience or knowledge of MADIS� e.�� �Projects that exceed $150,000 for a one-time project or per year for a project with options. f.�� �Projects that include all the items (a) � (e) above Projects may be given less consideration for the following: a.�� �Projects that do not demonstrate similar size and scope b.�� �Projects that do not provide evidence of successful performance The Government will utilize the following ratings for the evaluation of Past Performance: Table 1 Rating�� �Description Outstanding�� �Project examples submitted involved essentially the same size and scope this solicitation requires and the offeror�s past performance record provides the Government with a high expectation of successful performance on the required effort. Acceptable�� �Project examples submitted involved similar or some of the same size and scope this solicitation requires and the offeror�s past performance record provides the Government with a reasonable expectation of successful performance on the required effort. Unacceptable�� �Project examples submitted involved little or none of the scope and magnitude of effort and complexities this solicitation requires OR based on the offeror�s past performance record provides the Government with a low or no expectation of successful performance on the required effort.� (2)�� �Management Plan� Submission Requirements. The offeror shall provide a management plan for the requirement that includes a narrative beginning from the date of award addressing the following: a.�� �Demonstration of capacity to provide coordination services among multiple agencies throughout the UMB geographical area; b.�� �Summary of key personnel and duties to accomplish the tasks stated in the Performance Work Statement (PWS); c.�� �Execution of quality control in accordance with the PWS; Evaluation. Comprehensive management plans that demonstrate a clear understanding of the work and the ability to coordinate resources to ensure successful completion of the work may be considered more favorable. Management plans that do not demonstrate a clear understanding of the work, that do not demonstrate a capability to coordinate resources, or do not demonstrate appropriate capacity to accomplish the work may receive less consideration.� Table 2 Rating�� �Description Outstanding�� �Management Plan indicates an exceptional approach and understanding of the requirements by adequately addressing all items (a) � (c), and risk of unsuccessful performance is low. Acceptable�� �Management Plan meets requirements and indicates an adequate approach and understanding of the requirements by addressing most of the items (a) � (c), and risk of unsuccessful performance is moderate. Unacceptable�� �Management Plan does not meet requirements of the solicitation by addressing only a few or none of the items (a) � (c), and risk of unsuccessful performance is unacceptable.� (3)�� �Price Submission Requirements. Offerors shall provide a monthly price for 12 months for the base year and each of the four option years, to include a total yearly price and total contract price. The offerors price shall be inclusive of all costs to provide the services stated in the PWS. Failure to include a price for the base year or any of the option years will result in an unacceptable proposal.� Evaluation Criteria. The Government will evaluate the total price of the base year and each of the four option years.� (b)�� �Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)�� �A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror(s) within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.� Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Alternate I � Commercial Items, with its proposal. This provision can be obtained from http://www.acquisition.gov. If the offeror has up-to-date representations and certifications in the System for Award Management (SAM) website, then this completed provision is not required to be submitted with the offeror�s proposal.� FAR 52.212-4, Contract Terms and Conditions � Commercial Items, does apply to this acquisition with no addenda to the provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which will be incorporated into the contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ��� �52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements� ��� �52.204-23, Prohibition on Contracting for Hardware, Software, and Service Developed or Provided by Kaspersky Lab and Other Covered Entities� ��� �52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillances Services or Equipment� ��� �52.209-10, Prohibition on Contracting with Inverted Domestic Corporations� ��� �52.233-3, Protest After Award ��� �52.233-4, Applicable Law for Breach of Contract Claim� ��� �52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I ��� �52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards ��� �52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment� ��� �52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns ��� �52.219-8, Utilization of Small Business Concerns ��� �52.219-9, Small Business Subcontracting Plan� ��� �52.219-16, Liquidated Damages-Subcontracting Plan ��� �52.219-28, Post Award Small Business Program Representation� ��� �52.222-3, Convict Labor� ��� �52.222-19, Child Labor � Cooperation with Authorities and Remedies ��� �52.222-21, Prohibition of Segregated Facilities� ��� �52.222-26, Equal Opportunity ��� �52.222-35, Equal Opportunity for Veterans� ��� �52.222-36, Equal Opportunity for Workers with Disabilities� ��� �52.222-37, Employment Reports on Veterans ��� �52.222-40, Notification of Employee Rights Under the National Labor Relations Act� ��� �52.222-50, Combating Trafficking in Persons� ��� �52.222-54, Employment Eligibility Verification ��� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� ��� �52.225-13, Restrictions on Certain Foreign Purchases� ��� �52.232-33, Payment by Electronic Funds Transfer � System for Award Management� ��� �52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements The Contractor shall comply with the following additional FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses, where the clauses will be incorporated into the contract by reference or full text: ��� �52.204-7, System for Award Management ��� �52.204-13, System for Award Management Maintenance ��� �52.204-16, Commercial and Government Entity Code Reporting ��� �52.204-18, Commercial and Government Entity Code Maintenance ��� �52.204-21, Basic Safeguarding of Covered Contractor Information Systems ��� �52.209-7, Information Regarding Responsibility Matters ��� �52.217-5, Evaluation of Options ��� �52.222-56, Certification Regarding Trafficking in Persons Compliance Plan ��� �52.232-40, Providing Accelerated Payments to Small Business Subcontractors ��� �252.201-7000, Contracting Officer�s Representative ��� �252.203-7000, Requirements Relating to Compensation of Former DoD Officials ��� �252.203-7005, Representation Relating to Compensation of Former DoD Officials ��� �252.204-7008, Compliance with Safeguarding Covered Defense Information Controls ��� �252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting ��� �252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support ��� �252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation ��� �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 ��� �252.219-7003, Small Business Subcontracting Plan (DoD Contracts) ��� �252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns ��� �252.227-7013, Rights in Technical Data-Noncommercial Items ��� �252.227-7015, Technical Data-Commercial Items ��� �252.227-7037, Validation of Restrictive Markings on Technical Data ��� �252.232-7003, Electronic Submission of Payment Requests and Receiving Reports ��� �252.232-7010, Levies on Contract Payments ��� �252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration ��� �252.243-7002, Requests for Equitable Adjustment ��� �252.244-7000, Subcontracts for Commercial Items ��� �252.247-7023, Transportation of Supplies by Sea 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (a)�� �Definitions. As used in this provision� � � � Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. � � � (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� � � � � � � � � (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or � � � � � � � � (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. � � � � � �(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� � � � � � � � � (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or � � � � � � � � (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. � � � (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. � � � (d) Representation. The Offeror represents that� � � � � � �(1) It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and � � � � � �(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� � � � � � It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. � � � (e) Disclosures.� (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: � � � � � � � � (i) For covered equipment� � � � � � � � � � � �(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); � � � � � � � � � � �(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and � � � � � � � � � � �(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. � � � � � � � � (ii) For covered services� � � � � � � � � � � �(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or � � � � � � � � � � �(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. � � � � � �(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: � � � � � � � � (i) For covered equipment� � � � � � � � � � � �(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); � � � � � � � � � � �(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and � � � � � � � � � � �(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. � � � � � � � � (ii) For covered services� � � � � � � � � � � �(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or � � � � � � � � � � �(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.217-9 Option to Extend the Term of the Contract. � � � (a) The Government may extend the term of this contract by written notice to the Contractor within 10 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. � � � (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. � � � (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceedfive years (End of clause) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification � � � (a) The offeror shall check the following certification: � � �Certification � � �The offeror ? does ? does not certify that- � � � � � �(1) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; � � � � � �(2) The contract services are furnished at prices that are, or are based on, established catalog or market prices. An �established catalog price� is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. An �established market price� is a current price, established in the usual course of ordinary and usual trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; � � � � � �(3) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and � � � � � �(4) The offeror uses the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the offeror uses for these employees and for equivalent employees servicing commercial customers. � � � (b) Certification by the offeror as to its compliance with r...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d599c3ec64db4e13916a0c9403354e24/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05794736-F 20200913/200911230150 (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.