SOLICITATION NOTICE
88 -- On-Ramping CONUS Working Dogs
- Notice Date
- 7/11/2022 12:08:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 112990
— All Other Animal Production
- Contracting Office
- FA8003 771 ENTERPRISE SOURCING SQ WRIGHT PATTERSON AFB OH 45433-5344 USA
- ZIP Code
- 45433-5344
- Solicitation Number
- FA800322Q0005
- Response Due
- 8/1/2022 11:00:00 AM
- Archive Date
- 08/16/2022
- Point of Contact
- Jennifer Kessler, Phone: 9372572161, Alexander Powell, Phone: 9375222183
- E-Mail Address
-
jennifer.kessler.1@us.af.mil, alexander.powell.4@us.af.mil
(jennifer.kessler.1@us.af.mil, alexander.powell.4@us.af.mil)
- Description
- FA800322Q0005 Combination Synopsis & Solicitation Request for Quote (RFQ) On-Ramping CONUS Working Dogs 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; quotes are being requested and a written solicitation will not be issued.� This acquisition is executed in accordance with the commercial acquisition procedures of FAR Part 12 and the Simplified Acquisition Procedures (SAP) of FAR 13 as supplemented (Federal Acquisition Circular 2021-07/09-10-2021). This is not a Source Selection; the procedures of FAR 15 do not apply. This solicitation is issued as a Request for Quotation (RFQ). The following documents are attached to the RFQ; please fill out Attachments 4-5:� Attachment 1: Statement of Work Attachment 2: Ordering Guide����� Attachment 3: BPA On and Off Ramp Procedures Attachment 4: BPA Pricing Worksheet Attachment 5: Trade Agreements Certificate This RFQ is being solicited under Full and Open Competition with no further Set-Asides. The NAICS for this effort is 112990 The government intends to on-ramp additional contractors via� Firm-Fixed Price (FFP) Blanket Purchase Agreements (BPAs) to multiple Continental United States (CONUS) vendors to supply working dogs for the Department of Defense (DoD) and Transportation Security Administration (TSA). The number of BPAs awarded will be at the government�s discretion. All resultant orders to be made under the BPA vehicle will be under the Simplified Acquisition Threshold. The BPA ceiling for all CONUS BPAs under this acquisition combined is $11,000,000.00. However, if the DoD or TSA requires additional WDs, this ceiling amount will be increased commensurately. Orders will be solicited from current BPA holders and will be awarded based solely on lowest price (see Attachment 2 � Ordering Guide). Quote Submission Requirements Each volume must be submitted as a separate electronic file. Use letter sized, one sided only with one-inch margins and single-spaced. Number the pages of each volume consecutively. Use 12 point Times New Roman font with normal (uncondensed) spacing. Quotes must be clear, coherent, and prepared in sufficient detail for effective evaluation. Quotes must include convincing rationale and substantiation of all claims. Vendors shall assume that the government has no prior knowledge of their experience and will base its evaluation on the information presented in the vendor�s Quote. Quotes shall be clearly marked with the solicitation number, �FA800322Q0004�. Quotes must be valid for at least 120 calendar days from the Quote due date. A quote allowing less than the government�s minimum acceptance period may be rejected. Your Cover Letter shall include the following: Solicitation Number and Solicitation Title Contractor Name DUNS Number Provide the following statement �Our quote is in compliance with paragraph (b)(2) of FAR Provision 52.212-3 and that paragraphs (c) through (t) of the provision, as seen in the SAM.gov database, are current, accurate, complete and applicable to this solicitation.�� If any of the paragraph as seen in SAM.gov are not current, accurate, complete and applicable to this solicitation, the vendor is required to submit for purposes of this solicitation a completed Offeror Representations and Certifications (FAR 52.212-3 Alt 1). Complete Business Mailing Address Point(s) of contact (name, title, email address, phone number) Canine Classification(s) vendor is quoting Teaming Partners, Subcontractors, and/or Contractor Teaming Arrangements (CTA) Other pertinent Information Signature Questions shall be submitted via email to the Contracting Officer (CO) Jennifer Kessler jennifer.kessler.1@us.af.mil no later than 2:00 PM Eastern on 22 July 2022. Quotes shall be submitted via email to the Contracting Officer (CO) Jennifer Kessler jennifer.kessler.1@us.af.mil no later than 2:00 PM Eastern on 1 Aug 2022. The total number of pages shall not exceed those identified in the table below. Failure to fully adhere to the page limitations and prescribed formatting may result in your firm�s disqualification from the competition. Due to DoD restrictions on the size of email, please ensure that all emails submitted are less than 5MB. If the quote exceeds 5MB, please divide into multiple emails and include in the subject: WD RFQ; Volume No.; Company Name; and the # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration. Volume Description Page Limit Signed Cover Letter No more than 1 1 Price (Factor 1) N/A � Must complete the following: Attachment 4 �BPA Pricing Fill-in Table� 2 Technical (Factor 2) No more than 5 pages per each canine classification 3 Past Performance (Factor 3) No more than 3 � Payment of Quote Costs: This solicitation does not commit the government to pay any cost incurred in the submission of the quote or in making necessary studies or designs for the preparation thereof, nor to contract for services or supplies. Evaluation Methodology: The government intends to award multiple BPAs with award(s) to be made by canine classification DoD 1, DoD 2, DoD Single Purpose Detector Dog, TSA Detector Dog and/or DoD Special Purpose Detector Dog. The number of BPAs awarded will be at the government�s discretion. Vendors are only required to quote on at least one WD category. However, vendors are required to submit pricing for all categories they intend on submitting during the ordering process. If a category was not submitted by a vendor at time of BPA evaluation, they will be ineligible to receive an order for that category of canine in the future.� All quotes that are received that are at or under the acceptable unit price limit will move forward in evaluation.� Rule of thumb:� Vendor must quote at or below the acceptable price limit for each category they are interested in receiving an order� The government anticipates making the award based on the initial quote submissions without conducting interchanges. However, the Government reserves the right to hold interchanges if, during the evaluation, it is determined to be in the best interest of the Government. The Government may hold interchanges with one, some, none, or all vendors.� If interchanges are held, they may be written or oral questions.� The Government will not use the formal source selection procedures described in FAR Part 15 or the procedures in FAR Part 16.5. Quotes that do not respond to all requirements in this solicitation may be rejected without further evaluation. The government may reject any quote that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of this procurement. The government may waive informalities and minor irregularities in Quotes received. Multiple awards are contemplated; however the government reserves the right to make a single award if in the Government�s best interest. The following represent the factors which will be evaluated in making an award determination: Price Technical Past Performance Required Quote Documents All vendors shall submit the following documents in support of the evaluation criteria. All required documents must be submitted for an offer to be considered by the government. Volume 1: BPA Pricing Table Vendors shall complete the Attachment 4 BPA Pricing Fill-in Table for the canine classifications they are quoting on.� At a minimum, pricing is required for at least one of the following categories: DoD 1, DoD 2, DoD Single Purpose Detector Dog, TSA Detector Dog and/or DoD Special Purpose Detector Dog.� Pricing assumptions are not to be provided and will not be considered in the price evaluation. Vendors shall seek clarification and submit questions as instructed in this RFQ in lieu of submitting assumptions. Note: In order to receive an order for a canine category, the vendor must have submitted it in response to this RFQ. No orders will be made to vendors who did not submit the canine category pricing at time of BPA award evaluation or subsequent on-ramp evaluation (see Attachment 3 � BPA On and Off Ramp Procedures). Volume 2: Technical Volume The vendor shall first identify which canine classification(s) it is quoting on. This document shall demonstrate the vendor�s understanding of the SOW requirements by discussing how it will meet or exceed those requirements. The technical volume should address Sections 1 (Breed, Sex, Weight, Height, Age), Section 2 (Behavioral Evaluation), Section 3 (Medical Requirements and Evaluation), and pertinent training plans, access to training venues, medical facilities/requirements, any partnering relationships, and sourcing plan(s). Volume 3: Past Performance References Vendors shall submit a maximum of three (3) past performance references on contracts or subcontracts currently ongoing or completed within the last five (5) years from the issuance of this solicitation that are either directly related or similar in size, scope and complexity to the requirement of this solicitation. Contracts listed may include those entered into with the Federal Government, agencies of state and local Governments, and/or commercial customers. Include the following information for each contract and subcontract: Name of contracting / commercial activity Program name Contract number/task order number Period of performance Contract type Contract work description/relevance Total contract value / task order value Name, email address, phone number of Technical Point of Contact at the entity for which the contract was performed Name, email address, phone number of Contracting Officer Indicate whether if there has been a final Contractor Performance Assessment Rating (CPAR) for the contract. Process of Evaluation 1.� Price Evaluation In order to establish reasonableness in accordance with FAR 13.106-3(a)(2)(ii), the Government established Acceptable Unit Price Limits based on prices found to be fair and reasonable on previous purchases. Therefore, any unit price that exceeds these limits for any canine category represents an unacceptable category price. If all quoted canine categories do not fall under the Acceptable Unit Price Limit, the entire quote will not be considered for technical or past performance evaluation and the vendor will not be eligible for a contract award. The Government has established the following unit price limits for individual WDs. The following pricing is based on single dogs being boarded for the duration of the evaluation at the government facility: WD Category Acceptable Unit Price Limit DoD 1 $9,500.00 DoD 2 $10,000.00 DoD Single Purpose Detector Dog $8,800.00 TSA Detector Dog (Non-Sporting Breeds) $9,000.00 TSA Detector Dog (Sporting Breeds) $11,000.00 DoD Special Purpose Detector Dog $8,800.00 Technical Evaluation �������������������������������������������������������������������������������������������������� Upon determination of price reasonableness, the government Subject Matter Experts (SMEs) will then assess the vendor�s ability to successfully provide WDs in accordance with the Statement of Work (SOW) based on the proposed technical approach. An overall assessment of the vendor�s technical volume will be made by government SMEs. Information from the technical volume will be used by the government to validate that a vendor is prepared to provide the quality of dogs required in the SOW. Additionally, sufficient infrastructure or access to available infrastructure is necessary to prove to the government that a vendor is prepared to provide quality WDs to the government that will pass evaluation at the task order level. Finally, vendors must also detail their dog sourcing plan and shall demonstrate their plan to procure 12-36 month old dogs in order to meet the demand anticipated. The sourcing plan should indicate that the vendor has an established system. Quotes will be assigned a technical acceptability rating in accordance with the following table: Adjective Rating Description Acceptable The technical volume demonstrates the vendor has access to adequate resources, equipment, facilities, and sourcing plan to meet the requirements of the SOW. Unacceptable The technical volume does not demonstrate the vendor has access to adequate resources, equipment, facilities, and sourcing plan to meet the requirements of the SOW.������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������ Past Performance Evaluation Finally, quotes that are at or below the acceptable unit price limit and an acceptable technical approach will be evaluated in order to determine the government�s confidence in the vendor�s ability to perform based on demonstrated past performance. This will include, but is not limited to, the contractor�s track record for accepted dogs on prior government contracts, records in the CPARS system, Supplier Performance Risk System (SPRS), and/or oral/written questions with government personnel or public information. Information may also be considered regarding past performance of any significant subcontract. The vendors are reminded that both independent data and data provided by the vendors in their quotes may be used to evaluate past performance. Since the Government may not necessarily interview all sources provided by the vendor, it is incumbent upon the vendor to explain the relevance of the data provided. The Government reserves the right to limit or expand the number of references it decides to contact and to utilize information other than that provided by the vendor.� The vendor must provide the information requested or affirmatively state that it possesses no relevant past performance. �� The government will evaluate Past Performance on Recency and Relevancy. Recent is defined as demonstrated performance or delivery of a similar product or service within the last five (5) years from the issuance of this solicitation. Relevancy Assessment - The Government will conduct an evaluation of all recent performance information obtained to determine how closely the effort relates to the requirements outlined in the SOW in terms of magnitude and complexity. The Government will evaluate past performance as it relates to the requirements outlined in the SOW.� Past Performance will be evaluated as either Acceptable or Unacceptable.� A rating of Unacceptable will render a quote ineligible for award.� A lack of Past Performance will not be evaluated favorably or unfavorably and will therefore be evaluated as Acceptable. Adjective Rating Description Acceptable Based on the vendor�s recent/relevant performance record, the government has a reasonable expectation that the vendor will successfully provide qualified dogs Unacceptable Based on the vendor�s recent/relevant performance record, the government does not have a reasonable expectation that the vendor will successfully provide qualified dogs Basis of Award Vendors that submit pricing that is under the pricing limit for any categories proposed and that have also received an acceptable rating for technical and past performance will be awarded a BPA and be eligible for award of an order for those dog categories at/below unit pricing limit. Provisions and Clauses 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov (End of clause) Clauses incorporated by reference: 52.203-3 Gratuities 1984-04 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements- 2017-01 52.204-16 Commercial and Government Entity Code Reporting. 2020-08 52.204-18 Commercial and Government Entity Code Maintenance. 2020-08 52.204-19 Incorporated by Reference of Representations and Certifications 2014-12 52.204-7 System for Award Management. 2018-10 52.204-22 Alternative Line Item Proposal 2017-01 52.209-7 Information Regarding Responsibility Matters 2013-07 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 2016-02 52.212-1 Instructions to Offerors � Commercial Items 2020-06 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items 2021-02 52.212-4 Contract Terms and Conditions-Commercial Items. 2018-10 52.217-5 Evaluation of Options. 1990-07 52.222-22 Previous Contracts and Compliance Reports 1999-02 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals � Representation 2016-12 52.229-11 Tax on Certain Foreign Procurements � Notice and Representation 2020-06 52.229-12 Tax on Certain Foreign Procurements 2021-02 52.232-39 Unenforceability of Unauthorized Obligations 2013-06 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 2013-12 52.233-1 Disputes 2014-05 52.233-3 Protest After Award 1996-08 52.242-13 Bankruptcy 1995-07 52.242-17 Stop Work Order 1998-08 52.247-34 F.O.B Destination 1991-11 252.201-7000 Contracting Officer�s Representative 1991-12 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 2013-09 252.203-7005 Representation Relating to Compensation of Former DoD Officials 2011-11 252.204-7000 Disclosure of Information 2016-10 252.204-7003 Control of Government Personnel Work Product 1992-04 252.204-7006 Billing Instructions 2005-10 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 2016-05 252.204-7016 Covered Defense Telecommunications Equipment or Services � Representation 2019-05 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - Representation 2021-05 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 2021-01 252-205-7000 Provision of Information to Cooperative Agreement Holders 1991-12 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 2019-05 252.211-7003 Item Unique Identification and Valuation 2016-03 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 2018-01 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 2014-09 252.223-7008 Prohibition of Hexavalent Chromium 2013-06 252.225-7002 Qualifying Country Sources of Subcontractors 2017-12 252.225-7012 Preference for Certain Domestic Commodities 2017-12 252.225-7021 Trade Agreements 2019-11 252.225-7048 Export-Controlled Items 2013-06 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten 2020-10 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 2019-04 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 2018-12 252.232-7010 Levies on Contract Payments 2006-12 252.232-7017 Accelerating Payments to Small Business Subcontractors � Prohibition on Fees and Consideration 2020-04 252.235-7002 Animal Welfare 2014-12 252.243-7001 Pricing of Contract Modifications 1991-12 252.243-7002 Requests for Equitable Adjustment 2012-12 252.244-7000 Subcontracts for Commercial Items 2020-10 252.247-7023 Transportation of Supplies by Sea 2019-02 252.247-7024 Notification of Transportation of Supplies by Sea 2000-03 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 2019-10 5352.223-9001 Health and Safety on Government Installations 2019-10 5352.242-9000 Contractor Access to Air Force Installations 2019-10 52.233-2�Service of Protest (Sep 2006) ������(a)�Protests, as defined in section�33.101�of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from�Contracting Officer Jennifer Kessler ������(b)�The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.212-5�Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2021) ������(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 2020)�(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.�3805�note)). ������(b)�The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ������������_X_�(1)�52.203-6, Restrictions on Subcontractor Sales to the Government�(June 2020), with�Alternate I�(Oct 1995)�(41�U.S.C.�4704�and�10�U.S.C.�2402). ������������__�(2)�52.203-13, Contractor Code of Business Ethics and Conduct�(Jun 2020)�(41�U.S.C.�3509)). ������������__�(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.) ������������_X_�(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]. ������������__�(6)�52.204-14, Service Contract Reporting Requirements�(Oct 2016)�(Pub. L. 111-117, section 743 of Div. C). ������������__�(7)�52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts�(Oct 2016)�(Pub. L. 111-117, section 743 of Div. C). ������������_X_�(8)�52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.�(Jun 2020)�(31�U.S.C.�6101�note). ������������_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�(Nov 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�(Nov 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 Rerepresentation�(Nov 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 (Mar2020) (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)�(15U.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�(Jan2020)�(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�(Oct 2020)�(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). ������������__�(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 (Jun2014) of�52.223-14. ������������__�(42)�52.223-15, Energy Efficiency in Energy-Consuming Products�(May 2020)�(4���__�(46)�52.223-21, Foams (Jun2016) (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. ������������__�(48)�52.225-1, Buy American-Supplies (Jan2021) (41�U.S.C.�chapter�83). ����������__�(49)� (i)�52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Jan�2021)(41�U.S.C.chapter83,�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�(Jan�2021)�of�52.225-3. ������������������__�(iii)�Alternate II�(Jan�2021)�of�52.225-3. ������������������__�(iv)�Alternate III�(Jan�2021)�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. 2302Note). ������������__�(53)�52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (42�U.S.C.�5150). ������������__�(54)�52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42�U.S.C.�5150). ������������__�(55)�52.229-12, Tax on Certain Foreign Procurements�(Jun 2020). ������������__�(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)). ������������__�(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�(Oct2018)�(31�U....
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/afd1296ae52d46198402f0940b6c2c94/view)
- Place of Performance
- Address: JBSA Lackland, TX, USA
- Country: USA
- Country: USA
- Record
- SN06384820-F 20220713/220711230110 (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 |