Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2023 SAM #7716
MODIFICATION

70 -- Audio/Visual Equipment and installation in Palmetto, FL

Notice Date
1/10/2023 3:25:33 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517121 —
 
Contracting Office
MRPBS MINNEAPOLIS MN MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
12639523Q0050
 
Response Due
2/15/2023 3:00:00 PM
 
Archive Date
05/31/2023
 
Point of Contact
Carol Dingess, Phone: 9704947360
 
E-Mail Address
carol.dingess@usda.gov
(carol.dingess@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(I) 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. �(ii)������ This solicitation number 12639523Q0050 is being� issued as a, request for quotation (RFQ) (iii) ����� In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following� website (s) https://www.acquisition.gov/ https://www.dm.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (iv) ����� This requirement is being issued as a Small Business Set� set-aside in accordance ��with Federal Acquisition Regulation (FAR) 52.219-6. ��In accordance with Agricultural Acquisition Regulation ( AGAR� )452.219-70� �Size Standard and NAICS Code Information : The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation is listed below: NAICS 517121 Telecommunications Resellers �Size Standard� 1,500� Employees (v) ������ Item Description Audio/Visual Equipment and installation in Palmetto, FL.� Pricing shall include all costs necessary to accomplish the services in the statement of work (including but not limited to: overhead, general and administrative, profit, insurance, transportation, labor hours, equipment and supplies) See Site Plans in Attachment_2 �In accordance with Federal Acquisition Regulation/Provision 52.237-1 - Site Visit. (Apr 1984); Interested parties are urged and expected to inspect the site where work is� to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visits are at the discretion of the facility and are by appointment only.� Proper government issued identification is required.� Please contact the following individual(s) at the facility to find out what days they will be receiving vendors so that the proper security arrangements may be made.� Abbie Fox Director FFED/USDA, APHIS, PPQ 1724 20th St. E. Palmetto, FL. 34221 941 723-8911 office 941 650-3598 mobile Email: abbie.j.fox@usda.gov �Pete Belisle � Facility Manager, Florida and Puerto Rico � USDA, APHIS, PPQ, Field Operations � 1724 20th Street E. Palmetto, FL. 34221 � Tel No:� (305) 278-4910 � Cell No: (786) 472-0158 � Email: pete.belisle@aphis.usda.gov The USDA/APHIS/PPQ/FFED / facility in Palmetto FL is a secure facility.� Contractors must be escorted at all times while on site.� Contractors must provide photo ID and sign in/sign out when entering/leaving the facilities at all times.� The entry of privately owned vehicles into USDA/APHIS/PPQ/FFED requires a valid State Driver�s License. The vendor shall assure that applicants are prescreened for background, drug use, etc. and may be asked to provide documentation thereof.� USDA/APHIS/PPQ/FFED is a drug/weapons free workplace. Please check with your local Point of Contact regarding what COVID -19� Government Protocols are now� in place at this Facility. (vi)������ Description of Requirement: ����������� Project Background: Existing Conference Room is unequipped with Audio Video Conferencing and training capabilities. SOW is to provide such capabilities to the Conference Room. ����������� Project Description: This Statement of Work (SOW) is to provide Audio Video Capabilities to (one) Conference Room. Selected Contractor to provide a fully functional Video Conferencing and Presentation system with following capabilities: Users will be able to make Video Calls utilizing USDA or DPI provided dedicated PC�s. Contractor to provide and install a Video Camera. Type and model to be selected by APHIS upon acceptance of submittals. Contractor to provide and install (three) 85� Commercial Grade TV Monitors., Type and model to be selected by APHIS upon acceptance of submittals Additionally, the contractor is to provide and install a Remote Control with Pan, Tilt and Zoom Functions (two) Ceiling Mounted Microphones routed to (four) ceiling mounted speakers and an HDMI input for connection ( Two) Pair of EXTRON FF 220T Full Range Flat Field Speakers with Low Profile Enclosure 70/100 V Tran. Or suitable substitute / Equivalent) System Programming is to be included.as well as all Cabling, Hardware and equipment. ����������� Project Data: If available, as-built or record drawings e.g. site plan, aerial photo of site, etc. shall be provided to the contractor. The following information and design criteria are also available for the Contractor�s use and compliance: USDA Facilities Design Standards, ARS 242-01M ����� http://www.afm.ars.usda.gov/ppweb/PDF/242-01M.pdf APHIS Environmental Protection Program: http://inside.aphis.usda.gov/mrpbs/publications/ep_manual/downloads/environmental_protection_program.pdf Preferred Bio-based Products.� http://www.biopreferred.gov/ProductCategories.aspx Recommended Recycled-Content Construction Material.� http://www.epa.gov/epawaste/conserve/tools/cpg/products/index.htm#construct �Designated Green Products for Federal Procurement.� www.doi.gov/greening/procurement/All%20Green%20Products.xls �USDA Green Purchasing Affirmative Procurement Program.� http://greening.usda.gov/gpapp08.pdf SCOPE OF CONTRACTOR SERVICES:� Specific Contractor services to be provided under this task order are summarized below. General: Prior to the start of construction, Contractor shall submit for review and approval drawing submittal(s) for all proposed work including manufacturers� catalog cut-sheets for all materials.� Construction drawings and specifications should show all proposed work items.� Submittals shall meet the requirements of section 6.0 �Project Submittals.�� Construction drawings shall meet the requirements of paragraph 4.3 �Compliance with Building Codes.� Contractor shall pull all applicable permits prior to the start of construction.�� The contractor shall adhere to the latest editions of National Codes and regulations, and federal, state, and local laws including, but not limited to, the following: International Building, Plumbing and Mechanical Codes National Fire Protection Code (NFPA) National Standard Plumbing Code National Electrical Code (NEC) National Life Safety Code OSHA Regulations Americans with Disabilities Act (ADA) Uniform Federal Accessibility Standards Environmental Protection Agency (EPA) National Earthquake Hazardous Reduction Program (NEHRP) provisions for seismic requirements in new buildings USDA Facilities Design Standards - ARS 242-01M Pre-design Phase/Contractor Services:� The Contractor shall provide all services necessary to execute the SOW including but not limited to the following tasks marked by an �X�. ����������� [�� ]������ Pre-Fee meeting to determine Contractor resources required [�� ]������ Interview meetings with end-users and record meeting minutes [X]������ Field investigate site conditions [X]������ Identify potential environmental issues [X]������ Space programming and conceptual floor plans [�� ]������ Structural seismic evaluation [�� ]������ NEPA documentation [�� ]������ Operating cost model - of the projected energy (i.e. gas, water, electricity, etc.) maintenance (including anticipated staffing needs), and other applicable operating costs associated with the proposed facility.� Analyses shall be based on projects in the surrounding area of similar construction, square footage and operations, etc. [�� ]������ Order or magnitude project cost estimate including construction costs and all soft costs - design, environmental assessment, permitting, inspection services/contract administration and designer of record services during construction.� An estimated total project cost shall be prepared for each option. PROJECT REQUIREMENTS: Field Investigation and Site Survey:� The Contractor shall coordinate with the PM and PPM and inform the CO and EPM of all scheduled site investigations.� Contractor shall investigate proposed construction site to ascertain project boundaries, site conditions prior to construction.� Contractor shall evaluate capacity of site utility systems to support the proposed construction and any equipment installations. Compliance with Building Codes:� In accordance with Public Law 100-678, Federal Agencies must comply with National Building Codes, Local Building Codes, and Zoning Ordinances.� The Contractor shall comply with the appropriate statutes governing the signing and sealing of engineering reports and drawings. Project design shall comply with USDA Facilities Design Standards provided in paragraph 1.4 �Project Data.� Coordination with Local Building Officials:�� Public Law 100-678 requires Federal Agencies to offer Local Building Officials the opportunity to review projects for code conformance.� The design effort must include coordination efforts with the Local Building Officials including Officials at the Airport, Military Base, etc.� The federal Government will not pay for reviews but is amendable on a case-by-case basis.� If the code authority declines to review the project without payment, the Contractor shall document the effort was made to coordinate with the code authority, but that they declined the offer.� If the code authority chooses to review the design without payment, the Contractor shall coordinate all project submissions with the local code authorities. Code Analysis:� The Contractor shall submit a code analysis indicating compliance with applicable codes including environmental regulations and permitting requirements.� Electronic Files:� Drawings related to this effort will be prepared using computer aided design and drafting (CADD), AutoCAD for Windows, and will be in .DWG files. Electronic and hard copy formats of the drawings and specifications will be provided to USDA. Construction Submittal Register: The Contractor will provide an electronic copy of the submittal register to the Government.� The submittal register shall list all submittals required, including construction drawings/specifications, product data, samples, test results, certificates, operation and maintenance (O&M) manuals, warranties, start of warranties, and length of warranties.� Cost Estimates:� The cost estimates shall include all associated parts of the repair such as subcontractor overhead and profit, contingencies, general requirements, etc. Meeting Minutes:� The Contractor shall document and distribute all project meeting minutes.�� Include a copy of all meeting minutes in each progress submission.� The meeting minutes need only record the date, time, location, attendees, major issues discussed, and conclusions reached. �PROJECT SUBMITTAL SCHEDULE: The project submittal schedule:� The Contractor shall provide the CO/COR with a proposed schedule for all tasks. Any request for time extensions or other deviations from this schedule must be submitted to the CO in writing.� Each request must include specific and detailed reasons in support of the scheduled alterations.� Only the CO can approve time extensions or other changes to the contract/task order provisions.� Approvals for deviations will be at the discretion of the CO.� Within 15 calendar days after the award of the task order, the Contractor will provide the CO with a proposed schedule (subject to negotiation) of actual dates in bar chart format for individual submittals and Government review time.� The schedule provided must indicate project requirements for each submission and review stage.� Schedule shall establish contract time requirements for meeting contract submissions and construction deadlines.� The number of days indicates the time duration to complete a task upon completion of the preceding task.� The Government requires a minimum of 14 calendar days to review. c) Contractor shall submit design progress drawings and specifications in accordance with the submittal schedule for each design discipline.� Each submission shall include drawings, specifications, and itemized construction costs that represent the design stage.� All details, elevations, sections, diagrams, etc. shall be included as required to fully develop the proposed work.� Drawings shall be completely noted and fully dimensioned.� Specifications shall be typed in final format with all provisions included.� It is expected that the Contractor will use professional judgment in determining that a sufficient amount of information is included in each submittal to enable the Government to perform a thorough review.� Schedule for Proposed Tasks Estimated Start Date Work Date to Start Work Field Investigation and Site Survey Shop Drawings/Cut Sheet Submittal Specifications/Product Data Sheets Government Review Repair Work Final Documentation Turnover/Redline Drawing Submittal (Construction Drawings/Specifications/warranties Total estimation of days needed to complete project ����������� FINAL DOCUMENT TURNOVER:� All warranty, data sheets, soil boring reports, calculations, etc. shall be submitted within twenty (20) days of project completion.� Contractor shall coordinate with the Government the format for the project closeout data. (vii)����� Location: ����������� USDA APHIS PPQ ����������� 1724 20th Street E. ����������� Palmetto, Florida 34221 PLEASE CHECK� location address and be sure transportation cost is feasible.� There will be no reimbursement for transportation or communication costs for this location. For Invoice Processing and Payment. Net 15dys ARO in accordance with OMB Dated 06/07/2012� Accelerating Payments to Small Businesses for Goods and Services USDA uses the Invoice Processing Platform (IPP) for electronic submission and tracking of purchase orders, invoices, and payment information to its suppliers of goods and services:� Enroll at https://ipp.gov.� The IPP is a government-wide secure web-based invoice processing service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury�s Financial Management Service (FMS). Upon contract award, you will receive a notification of your one-time enrollment requirement in an automatic invoice payment notification system available through IPP.� This one-time enrollment in IPP means that you will receive a series of e-mails from Treasury services. Contractors must submit invoices and attach all supporting documentation as required within 5 business days of completion of services provided.�� Supporting documentation include ,for example;� maintenance inspection checklist, timecard for labor, travel receipts etc.. The COTR will review the supporting documents before approving invoices in IPP, if supporting documentation is not provided the invoice will be rejected.� IPP will issue a notification to contractor that they must submit supporting documentation and resubmit the invoice. Please see https://www.ipp.gov/vendors/enrollment-vendors.htm and������ Submit invoices through the Invoice Processing Platform (IPP) � Enroll at https://www.ipp.gov/ � IPP is a secure, web-based system that manages government invoicing. (viii) ��� 52.212?1 Instructions to Offerors � Commercial Items, is replaced in its entirety See Attachment_1. (ix)������ Evaluation: Evaluation will be in accordance with Federal Acquisition Regulation sub parts� 13.106-1 and 13.106-2� FAR 13.106-1(2) States that the Government will award a contract resulting from this solicitation to the responsible Quoter whose Quote conforming to the solicitation will be the �Best Value� and most advantageous to the Government. In accordance with FAR FAR 13.106-2 (b) the following are the factors to be considered: Price ��� Price Sheet with description and pricing breakdown (In accordance with Statement of Work (vi) Project Description) Product(s) Offered (under (vi) Product Description) Project Schedule� (under (vi) Proposed Schedule for Construction Services) Warranty of Products and work Past Performance Past performance may also be based on government info in the Governmentwide Federal Awardee Performance and Integrity Information System (FAPIIS).� In the case of a quoter with no past performance, this factor will not be evaluated favorably or unfavorably.� The contracting officer�s or� USDA/APHIS/PPQ Program�s knowledge of,� and previous experience with the services being acquired may also be considered Performance References On a separate sheet(s) Please provide up to 3 recent references for past or current projects (including Federal, State, and local government and private) for efforts similar in size and scope to this solicitation requirement.� References listed must be available to respond to inquiries if contacted and the following information must be provided to be considered: Contract/Reference Number Company/Entity Name Point of Contact Name, title, phone number, email Description� � Please identify any problems encountered on the contract and what corrective actions were taken.� (x)������� Provision at 52.212-3� Representations and Certifications�Commercial Items applies to this solicitation and is to be completed online at www.sam.gov (xi) ������ The clause at 52.212-4 Contract Terms and Conditions�Commercial Items, applies to this acquisition. Inspection and acceptance is in accordance with FAR Clause 52.212-4(a) (xii) ����� The �following clause at 52.212-5 �Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. (OCT 2022), applies to this acquisition. (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 products�and�commercial services: �����������(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�(Nov 2021)�(Section 1634 of Pub. L. 115-91). �����������(3)�52.204-25, Prohibition on�Contracting�for Certain Telecommunications and Video Surveillance Services or Equipment.�(Nov 2021)�(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 products�and�commercial services: �����[Contracting Officer�check as appropriate.] ������������__�(1)�52.203-6, Restrictions on Subcontractor Sales to the Government�(Jun 2020),�with�Alternate�I�(Nov 2021)�(�41�U.S.C.�4704�and�10�U.S.C.�2402). ������������__�(2)�52.203-13, Contractor Code of Business Ethics and Conduct�(Nov 2021)�(�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.�(Nov 2021)�(�31�U.S.C.�6101�note). ������������__�(9)�52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters�(Oct 2018)�(�41�U.S.C.�2313). ������������__�(10)�[Reserved]. ������������__�(11)�52.219-3, Notice of�HUBZone�Set-Aside or Sole-Source Award�(Oct 2022)�(�15�U.S.C.�657a). ������������__�(12)�52.219-4, Notice of Price Evaluation Preference for�HUBZone�Small Business Concerns�(Oct 2022)�(if the�offeror�elects to waive the preference, it�shall�so indicate in its�offer) (�15�U.S.C.�657a). ������������__�(13)�[Reserved] ���������X�(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 2022)�(�15�U.S.C.�637(d)(2)�and (3)). ����������__�(17)�(i)�52.219-9, Small Business Subcontracting Plan�(Oct 2022)�(�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�(Sep 2021)�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�(Oct 2022)�(�15�U.S.C.�637s). ������������__�(20)�52.219-16, Liquidated Damages�Subcontracting Plan�(Sep 2021)�(�15�U.S.C.�637(d)(4)(F)(i)). ������������__�(21)�52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside�(Oct 2022)�(�15�U.S.C.�657f). ����������X�(22)�(i)�52.219-28, Post Award Small Business Program Rerepresentation�(Oct 2022)�(�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�(Oct 2022)�(�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�(Oct 2022)�(�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�(Sep 2021)�(�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�(Jan 2022)�(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. �����������(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. �������������(33)�52.222-37, Employment Reports on Veterans (Jun 2020) (�38�U.S.C.�4212). ������������__�(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�(Nov 2021)�(�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�(May�2022)�(Executive Order 12989). (Not applicable to the�acquisition�of commercially available off-the-shelf items or certain other types of�commercial products�or�commercial services�as prescribed in FAR�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)�(�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 (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)�(i)�52.225-1, Buy American-Supplies�(Oct 2022)�(�41�U.S.C.�chapter�83). ������������������__�(ii)�Alternate�I�(Oct 2022)�of�52.225-1. ����������__�(49)�(i)�52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act�(Oct 2022)�(�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. ������������������__�(v)�Alternate�IV (Oct 2022) of�52.225-3. ������������__�(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�(Feb 2021)�(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 (Nov 2007) (�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�(Feb 2021). ������������__�(56)�52.232-29, Terms for Financing of Purchases of�Commercial Products�and�Commercial Services�(Nov 2021)�(�41�U.S.C.�4505,�10�U.S.C.�2307(f)). �����������__�(57)�52.232-30, Installment Payments for�Commercial Products�and�Commercial Services�(Nov 2021)�(�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.S.C.�3332). ��ïhapter�67). ������������__�(4)�52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May�2014) (�29U.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). ������������__�(7)�52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026�(Jan 2022). �����������(8)�52.222-62, Paid Sick Leave Under Executive Order 13706�(Jan 2022)�(E.O. 13706). ������������__�(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 availa...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5b6d9e0ff1c40c7a968c38e09f849da/view)
 
Place of Performance
Address: Palmetto, FL 34221, USA
Zip Code: 34221
Country: USA
 
Record
SN06560192-F 20230112/230110230106 (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.