SOLICITATION NOTICE
M -- NAL Building Maintenance
- Notice Date
- 9/1/2023 5:40:15 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1232SA23Q0036
- Response Due
- 9/11/2023 1:00:00 PM
- Archive Date
- 09/26/2023
- Point of Contact
- Sabrina Brown, Phone: 3015041741
- E-Mail Address
-
sabrina.brown@usda.gov
(sabrina.brown@usda.gov)
- Description
- Combined Synopsis/Solicitation for Commercial Services General Information Document Type:�������� ����������� Combined Synopsis/Solicitation Solicitation Number:�� ����������� 1232SA23Q0036 Posted Dated:������������ ����������� August 21, 2023 Original Response Date:�������� September 5, 2023 Product or Service Code:������� M1AZ Set Aside:������������������ ����������� 8(a) (Competitive) NAICS Code: ����������� ����������� 561210 Period of Performance:���������� Base October 1, 2023 � September 30, 2024 ����������������������������������������������� Option Period 1: October 1, 2024 � September 30, 2025 ����������������������������������������������� Option Period 2: October 1, 2025 � September 30, 2026 ����������������������������������������������� Option Period 3: October 1, 2026 � September 30, 2027 ����������������������������������������������� Place of Performance:��������� USDA/NAL ����������������������������������������������� 10301 Baltimore Ave ����������������������������������������������� Beltsville MD� 20705 Invoices:� To invoice, a vendor must first enroll in the Invoice Processing Platform (IPP) by visiting https://www.ipp.gov/vendors/index.htm.� Once enrolled, all invoices must be submitted electronically through IPP.� The IPP is a government-wide secure web-based payment information service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury�s Financial Management Service (FMS).� One-time enrollment in IPP means that you will receive a series of e-mails from Treasury services.� The first email will have the IPP Logon ID and link to the IPP application. A second e-mail, containing the password will be sent within 24 hours.� Once you receive these emails, please login to the IPP application and complete the registration process. Benefits of registering with IPP include the ability for your company to create invoices directly from a contract award and submit them electronically, as well as: E-mail notification when invoice(s) are paid. Online payment history Remittance download E-mail notifications of payments are sent when a payment is distributed to your bank account and will include all pertinent payment information.� The IPP Customer Support Desk is available to assist users Monday through Friday (excluding bank holidays) from 8:00AM - 6:00PM ET, including answering any questions related to accessing IPP or completing the registration process. Their toll-free number is (866) 973-3131 or they can be reached at: IPPCustomerSupport@fms.treas.gov. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. Additionally, the FMS requires the contractor to include its Dunn & Bradstreet Number (DUNS) on each invoice. In accordance with OMB Memorandum, M-11-32, Agencies shall make payments to small businesses as soon as practicable, with the goal of making payments within 15 days of receipt of a proper invoice. If a small business contractor is not paid within this (15 day) accelerated period, the contractor will not be given a late-payment interest penalty. Interest penalties, as prescribed by the Prompt Payment Act, remain unchanged by means of this memorandum. All small businesses shall label all invoices as ""Small Business."" Additionally, in accordance with OMB Memorandum, M-12-16, all prime contractors are encouraged to disburse funds received from the Federal Government to their small business subcontractors in a prompt manner. To assist prime contractors in expediting contractor payments to small business subcontractors, Agencies shall, to the full extent permitted by law, temporarily establish an earlier, accelerated date for making agency payments to all prime contractors. Consistent with OMB Memorandum M-11-32 above, Agencies shall have a goal of paying all prime contractors within 15 days of receiving proper documentation. In an effort to support small business growth, drive economic activity and job creation, the Contractor is encouraged to accelerate payments to their small business subcontractors. In accordance with the requirements of the Debt Collection Improvement Act of 1996, all payments under this order will be made by electronic funds transfer (EFT). The Contractor shall provide financial institution information to the Finance Office designated above in accordance with FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management. Non-Excepted Activity:� Work under this contract has been determined NOT TO BE an Excepted Activity in the absence of an appropriation or CR. Activities under this contract do not support the preservation and protection of life and property and do not support law enforcement, health, and safety functions. In the event of shutdown, you will be notified by the cognizant contracting officer (CO) of the Government status and directed to suspend performance/stop work under this contract. For details on the procedures, see Federal Acquisition Regulation (FAR) Clause 52.242-14, Suspension of Work or FAR Clause 52.242-15, Stop Work Order, as included in this contract. Contracting Office Address USDA/ARS/COB 5601 Sunnyside Avenue Beltsville MD 20705 Description This is a combined synopsis/solicitation for commercial services 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 solicitation is a Request for Quotations (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 88. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 with a small business size standard of $47 million. The National Agricultural Library, 10301 Baltimore Avenue, Baltimore MD 20705, is seeking to obtain operations and maintenance services. All responsible sources may submit a response which, if timely received, must be considered by the agency. All interested companies shall provide quotation(s) per the attached Statement of Work. Services Facility Maintenance Support Services per the attached Statement of Work.� � � �� C.2.4 Road and Grounds C.2.4.13 Snow Removal C.2.4.14 Pond Maintenance C.2.4.15 Pest Control C.2.4.16 Window Cleaning C.2.4.17 Hazardous Waste Removal The Government intends to award based on Best Value for Government.� The Government will evaluate information based on the following evaluation criteria: (1) Technical Capability, Personnel, Past Performance and Price. to include past performance, technically capability factor �meeting or exceeding the requirement listed in Attachment 1, (2) Personnel, (3) past performance, and (4) price. The factors will be ranked in the following manner: Technical Capability, Personnel, Past Performance and Price. (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror 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 there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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). (End of provision) Offerors shall submit proposals to Sabrina.Brown@usda.gov, for receipt no later than 4:00 pm EST, Monday September 11, 2023. Only those proposals received by this date and time will be considered for award. 2) Proposals shall be good for a period of 90 calendar days from the date specified above for proposal submission. 3) Only the required minimum amount of information is requested to provide for proper evaluation. Efforts should be made to keep offers as brief as possible, concentrating on substantive information essential for a proper evaluation. All information submitted shall be current as of the month this Request for Proposal (RFP) was issued and shall be specific and complete. The proposal shall be prepared in a format compatible with a PC and capable of being viewed using commonly available software such as Microsoft Office or Adobe Reader. �4) The proposal shall be divided between the following sections: (A) Forwarding Letter, (B) Pricing, and (C) Technical Approach. NAL (PWS) Facility Operation and Maintenance Support Services A) The Forwarding Letter shall reference the solicitation and provide points of contact from your firm regarding any communications associated with the proposal. Any Questions and Responses Summary and/or Amendments to the Solicitation issued by the Government shall be acknowledged by the offeror as having been �received and considered for proposal preparation.� Also, the letter shall include a consolidated list of exceptions and clarifications to the solicitation terms and conditions. This section shall explain any exceptions (including any deviations and conditional assumptions) to technical, pricing, or other requirements with respect to this solicitation. Any exceptions must contain sufficient justification to permit evaluation by the Government. Such exceptions will not, of themselves, automatically cause a proposal to be termed unacceptable. Many exceptions or one or more significant exceptions not providing any obvious benefit to the Government may, however, result in rejection of such a proposal as unacceptable. Finally, the letter should provide a self-assessment as to why the offeror�s proposal represents the best value to the Government in consideration of proposed price, technical and past performance merit, exceptions & clarifications, and any other relevant factors. �B) The Pricing Section of the proposal shall include pricing by Contract Line-Item Number (CLIN) (and Sub-CLIN (SLIN), if applicable) as included the schedule. Details regarding number of labor hours, mix between labor categories (i.e., skill mix), labor rates, material types and quantities, and any other direct costs shall be provided in the pricing section. If subcontracting or teaming is proposed, then a breakdown by price element between teammates and/or prime vice subcontractor shall be provided. The Contractor shall propose a Payment Schedule. Payments will be made in arrears upon acceptable delivery. C) The Technical Section shall be submitted as a separate document. It shall include a discussion of the offeror�s approach to meeting the requirements of the project. The discussion should be specific, detailed, and complete enough to demonstrate clearly and fully understanding of the requirements and the inherent problems associated with the objectives of this procurement. Stating that your firm understands and will comply with the specifications, or paraphrasing the specifications is inadequate as are phrases such as: ""Standard procedures will be employed"" and ""Well-known techniques will be used. The following factors and sub-factors will be used to determine technical acceptability: Factor 1 - Technical Capability The technical approach needs to demonstrate an understanding of the technical requirements and level of effort needed to successfully complete this work.� In no more than 5 pages, provide a description of the technical approach that will be used for this contract including�.� a.�������� evidence of all required certifications b.�������� description of safety controls and procedures c.�������� proposed inspection and maintenance schedules d.�������� proposed reporting schedule e.�������� quality control plan Factor 2-Personnel a.�������� Provide resumes for key personnel as defined in section C.1.4 of the PWS. Resumes shall be evaluated to determine past performance and similar experience to determine the quality of the key personnel and how it relates to this requirement. b.�������� Describe management plan for both onsite and on call staff. c.�������� Describe plan for providing on call staffing as required by the PWS including availability/recruitment of specialized technical staff, procedures for requesting on call staff and turnaround time for response to on call requests. Factor 3-Past Performance a.�������� Provide a description of two past or current contracts performed, not to exceed two pages per project, that are like this requirement in terms of size, scope, and type of work performed. NOTE: In accordance with FAR 15.305(a)(2)(iv)), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined to have unknown will be considered acceptable. Factor 4-Price FAR 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): https://www.acquisition.gov https://www.acquisition.gov/agar Work under this contract has been determined NOT TO BE an Excepted Activity in the absence of an appropriation or CR. Activities under this contract do not support the preservation and protection of life and property and do not support law enforcement, health and safety functions. In the event of shutdown, you will be notified by the cognizant contracting officer (CO) of the Government status and directed to suspend performance/stop work under this contract. For details on the procedures, see Federal Acquisition Regulation (FAR) Clause 52.242-14, Suspension of Work or FAR Clause 52.242-15, Stop Work Order, as included in this contract. (End of Clause) ����������� FAR Clause��������������� Title 52.203-12������������������� Limitation on Payments to Influence Certain Federal Transactions (JUN 2020) 52.204-9��������������������� Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13������������������� System for Award Management Maintenance (OCT 2018) 52.212-4��������������������� Contract Terms and Conditions-Commercial Products and Commercial Services (DEC 2022) 52.219-14������������������� Limitations on Subcontracting (SEP 2011) 52.223-2��������������������� Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEPT 2013) 52.223-17������������������� Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (AUG 2018) 52.228-5��������������������� Insurance � Work on a Government Installation (JAN 1997) 52.232.40������������������� Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.242-15������������������� Stop-Work Order (AUG 1989) 52.242-17������������������� Government Delay of Work (APR 1984) 52.243-3��������������������� Changes -Time-and-Materials or Labor-Hours (SEPT 2000) 52.244-6��������������������� Subcontracts for Commercial Products and Commercials Services (JUN 2023) 52.246-6��������������������� Inspection-Time-and-Material and Labor Hour (MAY 2001) 52.246-16������������������� Responsibility for Supplies (APR 1984) 52.217-9�Option to Extend the Term of the Contract. (MAR 2000) ������(a)�The Government�may�extend the term of this contract by written notice to the Contractor within�30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least�60 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 exceed�5 years. (End of clause)������� 52.212-5�Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (JUN 2023) ������(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.] ������������_X_�(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). ������������_X_�(2)�52.203-13, Contractor Code of Business Ethics and Conduct�(Nov 2021)�(�41�U.S.C.�3509)). ������������_X_�(3)�52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009�(Jun 2010)�(Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ������������_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). ������������_X_�(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). ������������_X_�(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�(Sep 2021)�(�15�U.S.C.�657a). ������������__�(12)�52.219-4, Notice of Price Evaluation Preference for�HUBZone Small Business Concerns�(Sep 2021)�(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 2018)�(�15�U.S.C.�637(d)(2)�and (3)). ����������__�(17)�(i)�52.219-9, Small Business Subcontracting Plan�(Nov 2021)�(�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�(Sep 2021)�(�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�(Sep 2021)�(�15�U.S.C.�657f). ����������_X_�(22)�(i)�52.219-28, Post Award Small Business Program Representation�(Sep 2021)�(�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�(Sep 2021)�(�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�(Sep 2021)�(�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. ����������_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�(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.) ������������_X_�(38)�52.223-11,�Ozone-Depleting Substances�and�High Global Warming Potential Hydrofluorocarbons�(Jun 2016) (E.O. 13693). ������������_X_�(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. ������������_X_�(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). ������������_X_�(45)�52.223-20, Aerosols�(Jun 2016)�(E.O. 13693). ������������_X_�(46)�52.223-21, Foams (Jun2016) (E.O. 13693). ����������_X_�(47)�(i)�52.224-3�Privacy Training�(Jan 2017)�(5 U.S.C. 552 a). ������������������__�(ii)�Alternate�I�(Jan 2017)�of�52.224-3. ������������_X_�(48)�52.225-1, Buy American-Supplies�(Nov 2021)�(�41�U.S.C.�chapter�83). ����������__�(49)�(i)�52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act�(Nov 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. ������������__�(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). ������������__�(59)�52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (�31�U.S.C.�3332). ������������__�(60)�52.232-36, Payment by Third Party�(May�2014)�(�31�U.S.C.�3332). ������������__�(61)�52.239-1, Privacy or Security Safeguards�(Aug 1996)�(�5�U.S.C.�552a). ������������__�(62)�52.242-5, Payments to�Small Becords involving transactions related to this contract. �����������(2)�The Contractor�shall�make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart�4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated�shall�be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of�claims�arising under or relating to this contract�shall�be made available until such appeals, litigation, or�claims�are finally resolved. �����������(3)�As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. ������(e)�(1)�Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for�commercial products�or�commercial services. Unless otherwise indicated below, the extent of the flow down�shall�be as required by the clause- ����������������(i)�52.203-13, Contractor Code of Business Ethics and Conduct�(Nov 2021)�(�41�U.S.C.�3509). ����������������(ii)�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 resoluti...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/343ed49ae7f44b2290292dc45eb33643/view)
- Place of Performance
- Address: Beltsville, MD 20705, USA
- Zip Code: 20705
- Country: USA
- Zip Code: 20705
- Record
- SN06816595-F 20230903/230901230059 (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 |